CBRN Commercial Items IDIQ
ID: 47QFNA25R0001Type: Combined Synopsis/Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONFEDERAL ACQUISITION SERVICEGSA FAS AAS REGION 1BOSTON, MA, 02222, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

CHEMICAL AND PHARMACEUTICAL PRODUCTS MANUFACTURING MACHINERY (3650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract titled "CBRN Commercial Items IDIQ," aimed at acquiring essential equipment and supplies for the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND). This procurement is exclusively set aside for small businesses and seeks brand name commercial items, including personal protective equipment and CBRN detection devices, to enhance the U.S. military's defense capabilities against CBRN threats. The total ceiling value for this contract is $500 million, with a performance period of up to 5 years and 6 months, and proposals are due by March 24, 2025. Interested contractors can reach out to Abbey Gallivan at abbey.gallivan@gsa.gov or Jen Sutherland at jennifer.sutherland@gsa.gov for further information.

    Files
    Title
    Posted
    The document outlines various provisions and clauses relevant to federal contracting, particularly regarding compliance, ethical practices, and procedural requirements in government acquisitions. Key provisions include certifications related to independent pricing, restrictions on contracting with certain entities, and compliance with the Federal Acquisition Supply Chain Security Act (FASCSA). The clauses established provide guidelines on the use of domestically sourced products, transparency in contractor operations, and mandatory reporting on supply chain security. Specific clauses address the prohibition against using covered articles in performance contracts, requirements for unique item identification, and the economic price adjustment process. The intent is to ensure integrity, promote accountability, and enhance national security in federal transactions. With an emphasis on compliance and ethical standards, the document serves as a critical framework for both federal and potentially state/local RFPs, guiding contractors in meeting government expectations effectively and within legal constraints.
    The document comprises questions and answers related to the Request for Proposals (RFP) number 47QFNA245R0001, primarily concerning the procurement process for a new Indefinite Delivery Indefinite Quantity (IDIQ) contract. It addresses various contractor inquiries about submissions, compliance, and requirements. Key details include: 1. Cybersecurity: Incumbent contractors must submit a new Cyber-Supply Chain Risk Assessment (C-SCRM) Plan within 90 days if awarded. 2. Pricing: No pricing will be required for the proposal, and the IDIQ catalog serves as a historical reference without the need for pricing catalogs during submission. 3. Task Orders: The government does not anticipate using Department of Defense (DOD) Order Ratings and will handle specific delivery orders requiring DD254 documents at the order level. 4. Vendor Relationships: Contractors are not required to have established relationships with all vendors listed in the RFP but must identify any existing ones. 5. Scope: The contract covers ancillary training services and commercial items, with no bulk raw materials being included. The document provides clarity on the RFP’s expectations and seeks to ensure potential contractors understand submission guidelines and evaluation criteria, emphasizing a collaborative procurement approach while adapting to evolving cybersecurity requirements.
    This document comprises a comprehensive list of government-issued Requests for Proposals (RFPs) and equipment specifications related to laboratory and public safety products and services. It details a wide array of items, ranging from bio-safety equipment to advanced analytical instruments designed for laboratory and field applications. Key categories include bio check powder kits, heated sample transfer lines, chromatography components, and contamination mitigation systems. The offerings suggest a focus on environmental health and safety, indicating the government’s intent to equip facilities and personnel for biological, chemical, and physical safety challenges. Notable products include a variety of chromatography systems, including the Agilent LC/MS for chemical analysis, as well as containment systems like the ZUMRO Model 400 for decontamination operations. Additional items cover maintenance supplies, calibration standards, and auxiliary components for analytical procedures. The overarching purpose of this document is to facilitate procurement for state and federal agencies, emphasizing the need for compliance and efficiency in addressing public health and safety concerns. This aligns with government initiatives to ensure preparedness and responsiveness to hazardous situations through the acquisition of specialized equipment and training services.
    The General Services Administration (GSA) has issued a Justification and Approval for Other Than Full and Open Competition to solicit a multiple award indefinite-delivery indefinite-quantity (IDIQ) contract for chemical, biological, radiological, and nuclear defense (CBRND) equipment to support the U.S. Army. This contract, valued at up to $500 million over five years, will focus on brand-name products necessary for warfighters to detect, identify, monitor, and mitigate CBRN threats effectively. The decision is grounded in the unique qualifications and requirements of the Joint Program Executive Office for CBRND, which mandates specified commercial items to meet strict operational needs.
    The document consists of a list of various companies and organizations, possibly related to a government Request for Proposals (RFPs) or grants, primarily in the field of defense, safety, and security technologies. These entities range from technology manufacturers, like 3M and Honeywell, to specialized defense firms such as AERYON DEFENSE and Ghost Robotics Corporation. The list implies that these companies could play a role in supplying products or services pertinent to government initiatives in health, environmental safety, and defense. The main purpose appears to be identifying potential partners or vendors for federal and local projects, focusing on advanced technologies and equipment. This reflects the government's effort to enhance safety and security measures through collaboration with established industry players. The structure of the document is a straight compilation of corporate names, indicating a broad range of expertise and technological capabilities relevant to current and future RFPs or grant requests. Overall, the file suggests an initiative to harness specialized industry knowledge for the betterment of public safety and defense operations.
    The Cyber-Supply Chain Risk Management (C-SCRM) document outlines the requirements for federal contractors to assess and manage supply chain risks. It highlights the need for organizations to implement robust Supply Chain Risk Management (SCRM) procedures, particularly in light of threats from U.S. adversaries exploiting vulnerabilities in supply chains. The General Services Administration (GSA) recommends designating a primary Point-Of-Contact (POC) from the offeror to ensure clear communication and coordination in responding to the questionnaire. The document provides a structured questionnaire divided into several sections covering vendor risk management plans, cybersecurity, and physical/personnel security. It requires organizations to demonstrate their commitment to key elements, including identifying and verifying supplier compliance, conducting risk assessments, and maintaining documented incident response procedures. Additionally, the document requests supporting documentation for various responses, such as SCRM contractual requirements and policies related to background checks for personnel. The goal is to ensure that contractors prioritize supply chain security in alignment with established standards, reinforcing the federal commitment to safeguarding critical infrastructure against cyber threats while maintaining compliance with applicable regulations and policies.
    The RFP 47QFNA25R0001 issued by GSA FAS AAS Army outlines a request for proposals to establish a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract for the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND). This solicitation is set aside exclusively for small businesses, with the aim of acquiring brand name equipment and supplies vital for the U.S. Army’s defense capabilities. Proposals are due by March 24, 2025, with a total ceiling value of $500 million allocated for potentially twelve awardees over a maximum performance period of 5 years and 6 months. The document emphasizes the importance of OEM relationship management, management approach, and past performance as key evaluation factors. Detailed proposal requirements, including adherence to specific formatting guidelines and the necessity of submitting a Cyber-Supply Chain Risk Management (C-SCRM) plan, are also mandated. Additionally, contractors are obligated to maintain stringent tracking, delivery, and reporting protocols throughout the contract's lifecycle. This IDIQ contract is designed to ensure that the military can swiftly procure necessary supplies while maintaining high standards of quality and compliance throughout the supply chain.
    The Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO CBRND) seeks to procure brand name commercial items, equipment, and ancillary training and services to enhance the capabilities of the U.S. military in CBRND operations. This procurement involves a catalog of specialized products designed to detect, identify, monitor, and protect against CBRN contamination. The scope covers various categories, including personal protective equipment, chemical, biological, radiological, and nuclear defense devices, and situational awareness tools. The contract entails a Firm Fixed Price (FFP) model, with ordering procedures that ensure fair opportunities for all awardees. Contractors must adhere to strict delivery, tracking, and reporting requirements, including monthly status reports. Failure to comply with performance standards may result in removal from the contract pool. The document underscores the importance of maintaining product integrity and cybersecurity throughout the supply chain. In conclusion, this RFP is integral to equipping the Joint Force to operate effectively in a hazardous environment, ensuring readiness against CBRN threats through reliable commercial innovations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    ACC-APG Natick Division FY25 Upcoming Aquisitions
    Buyer not available
    The Department of Defense, through the ACC-APG Natick Division, is announcing upcoming acquisitions for Fiscal Year 2025, aimed at enhancing capabilities related to chemical, biological, radiological, and nuclear defense. The procurement includes a variety of requirements such as the purchase of a CISCO AMP firepower system, professional services, peptide synthesizers, and HVAC maintenance, with contract values ranging from $110,032 to $49,201,610. These acquisitions are crucial for supporting the Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) in its mission to ensure national security. Interested contractors can reach out to the Natick Division at usarmy.natick.acc-micc.mbx.ncd-internal-tasker@army.mil for further details, as the tentative award dates are set for early 2025.
    CISA Indefinite Delivery Indefinite Quantity Contract
    Buyer not available
    The General Services Administration (GSA) is seeking industry partners for an Indefinite Delivery Indefinite Quantity (IDIQ) contract on behalf of the Cybersecurity and Infrastructure Security Agency (CISA) to enhance the nation's cybersecurity capabilities. The procurement aims to gather insights for a multiple award vehicle that will support various service areas, including project management, capability implementation, and operational support, with a total estimated requirement of $18-20 billion over ten years. This initiative is critical for improving cybersecurity measures across federal systems and includes a focus on developing a cloud-based Cybersecurity Virtual Learning Environment (CVLE) to address skill gaps through comprehensive training programs. Interested parties should submit their responses by March 7, 2025, and can contact David Shamburger at david.shamburger@gsa.gov or Aaron Maddox at aaron.maddox@gsa.gov for further information.
    Purchase of 7350017206617
    Buyer not available
    The General Services Administration (GSA) is seeking offers from qualified vendors to supply 400 units of an item identified by National Stock Number (NSN) 7350017206617, as part of a total small business set-aside procurement. Vendors must comply with federal procurement regulations, including registration in the System for Award Management (SAM), and provide necessary documentation such as pricing and company details, with a focus on ensuring compliance with telecommunications equipment standards and hazardous materials certifications. This procurement is significant as it supports the supply chain needs of the federal government, emphasizing the importance of small business participation in government contracts. Interested vendors should direct inquiries to Cara Fowler at cara.fowler@gsa.gov, ensuring timely submission of all required documentation to be considered for the award based on the lowest compliant bid.
    ACC-APG Competitive Opportunities: Edgewood Contracting Division February 2025 update
    Buyer not available
    The Department of Defense, through the ACC-APG Edgewood Contracting Division, is announcing upcoming competitive opportunities related to chemical and biological defense technologies, with a focus on initiatives from the Joint Product Executive Office for Chemical, Biological, Radiological, Nuclear Defense (JPEO CBRND). The procurement aims to enhance capabilities in areas such as colorimetric indicator detection technologies and tactical water purification systems, while also supporting technology transfer and collaboration with industry through Broad Agency Announcements (BAAs). This initiative is crucial for advancing the U.S. military's response to chemical and biological threats, with anticipated contract values ranging from $250,000 to over $100 million, and an Industry Day for Radiation Detection scheduled for June 2025 at Aberdeen Proving Ground. Interested vendors are encouraged to review the provided documents for specific guidelines, funding opportunities, and contact information for relevant offices to facilitate future collaboration.
    DTRA CWMD Security Cooperation Engagement Program IDIQ
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking contractors for the Countering Weapons of Mass Destruction (CWMD) Security Cooperation Engagement Program (CSCEP) through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary objective of this procurement is to enhance the capabilities of partner nations in responding to Chemical, Biological, Radiological, and Nuclear (CBRN) incidents, thereby improving global security and national defense. This initiative is critical for training and equipping partner nations to effectively manage WMD threats, ensuring compliance with U.S. regulations and security protocols. Interested parties should note that the solicitation is expected to be released in the second quarter of fiscal year 2025, and they can direct inquiries to Eric M Rode at dtra.belvoir.ob.mbx.ob-bp-acquisitions@mail.mil.
    Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) Term Contract\ for Full Service Architectural and Engineering Services
    Buyer not available
    The General Services Administration (GSA) is seeking interested parties for a Multiple-Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Full Service Architectural and Engineering Services within its Mid-Atlantic Region. The contract will cover services related to repairs, renovations, and modernizations of federal facilities, particularly in occupied buildings that may have historical significance, with projects typically valued up to $5 million. Firms responding to this Sources Sought Notice must demonstrate their experience in relevant projects and outline their capacity to manage multiple concurrent task orders, as the information gathered will inform the government's acquisition decisions with a focus on maximizing opportunities for small businesses. Responses are due by February 28, 2025, and interested parties should contact Janet Coker at janet.coker@gsa.gov or Daniel Langan at Daniel.Langan@gsa.gov for further inquiries.
    NEARNG CERFP SYCTE and EXEVAL
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the NEARNG CERFP SYCTE and EXEVAL project through a Combined Synopsis/Solicitation. This procurement aims to engage qualified vendors to provide education and training services, as indicated by the NAICS code 611699, which encompasses all other miscellaneous schools and instruction. The services are crucial for enhancing the capabilities of the National Guard's Chemical, Biological, Radiological, and Nuclear (CBRN) response teams, ensuring they are well-prepared for various emergency scenarios. Interested small businesses are encouraged to reach out to Patricia Lee-Smith at patricia.h.lee-smith.civ@army.mil or Zachery Sehnert at zachery.l.sehnert.civ@army.mil for further details, as this opportunity is set aside for total small business participation.
    BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC), is soliciting proposals through a Broad Agency Announcement (BAA) for innovative solutions in chemical, biological, radiological, nuclear, and explosive (CBRNE) defense capabilities. The BAA invites participation from a wide range of eligible sources, including educational institutions, nonprofit organizations, and private industry, to develop technologies such as sensor systems, aerosol technologies, and decontamination methods. This initiative is crucial for enhancing national defense capabilities and ensuring the Joint Warfighters' effectiveness on the battlefield and in homeland defense. Interested parties can submit preproposals at any time, with contact points for inquiries being Marc Lukaszewicz at marc.s.lukaszewicz.civ@army.mil and Lionel Love at lionel.d.love.civ@army.mil.
    Brand Name NSNs, Industry Feedback Request
    Buyer not available
    The General Services Administration (GSA) is seeking industry feedback regarding Brand Name National Stock Numbers (NSNs) associated with specific items, as part of its procurement process. The GSA's Supply Chain Management Contracting Division aims to verify whether the requirements outlined in the Item Purchase Descriptions (IPDs) can only be met by the specified manufacturers or if alternative products can fulfill the same needs. This initiative is crucial for ensuring that the Department of Defense (DoD) customers receive the necessary items while potentially expanding the pool of suppliers. Interested parties are encouraged to provide their feedback by completing the attached Excel template and submitting it via email to fssi.mro-req@gsa.gov, with a deadline for responses set for April 30, 2024. For further inquiries, the primary contact is the MRO Team at the same email address.
    Amendment 0004 - Global Protective Services (GPS)
    Buyer not available
    The Department of Defense, through the Army Contracting Command-Rock Island, is soliciting proposals for the Global Protective Services (GPS) contract, which encompasses security guard and patrol services under an Indefinite Delivery Indefinite Quantity (IDIQ) framework. This procurement aims to enhance U.S. Government peace and stability initiatives by providing armed and unarmed security services in areas affected by conflict, requiring contractors to maintain compliance with international regulations and host nation laws. Interested offerors must submit their proposals electronically by March 3, 2025, with questions due by February 18, 2025; the total ceiling for this contract is approximately $10.33 billion over ten years. For further inquiries, contact Anthony Patera at anthony.m.patera.mil@army.mil or Eric Jackson at eric.m.jackson56.civ@army.mil.