SinkUnitScrub_2025
ID: SinkUnitScrub_2025Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-APG NATICKNATICK, MA, 01760-5011, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

LABORATORY EQUIPMENT AND SUPPLIES (6640)
Timeline
    Description

    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking proposals for a Sink Unit Scrub device as part of the Soldier Medical Device project aimed at enhancing hygiene practices in field environments. The device must meet critical specifications, including FDA approval for Class II medical devices or registration for Class I, and feature self-sufficient hot and cold water supply, adjustable temperature controls, and hands-free operation, among other requirements. This initiative is crucial for improving medical readiness and operational efficiency for military personnel, with the potential for successful prototypes to lead to further production contracts. Interested contractors must submit pre-proposals by March 21, 2025, and can contact Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Army Contracting Command (ACC) is seeking proposals for a Sink Unit Scrub as part of the Program Executive Office Soldier's Soldier Medical Device project. This device must meet critical specifications for operational, logistic, and performance parameters as outlined in the document. The proposal requires that the scrub is FDA-approved if classified as a Class II medical device, or at least registered for human use if Class I. Key operational features include self-sufficient hot and cold water supply, adjustable temperature controls, hands-free operation, and specific weight accommodations. Additionally, the contractor must provide repair parts support, warranty for at least one year, user manuals, and ensure compliance with Trade Agreements Act regulations. Desired features include durability, collapsibility for easy transport, and manufacturer training for users. The initiative emphasizes adherence to military standards for operational testing and aims to procure up to three uniform models from vendors. The overall goal demonstrates a commitment to advancing medical readiness and operational efficiency for military personnel while ensuring compliance with regulatory and logistical requirements.
    The Army Contracting Command – Aberdeen Proving Ground (ACC_APG) seeks funding for prototype projects related to a Sink Unit Scrub device, intended for handwashing in field environments. This Sources Sought Notice outlines the submission process for interested defense contractors, including both traditional and non-traditional entities. Offerors are encouraged to submit pre-proposals that detail relevant technology and anticipated costs, with a selection cycle that involves evaluating pre-proposals before requesting full proposals for promising candidates. The proposals will be assessed based on technical merit, military relevance, past performance, compliance with regulatory standards, and overall cost-effectiveness. A successful prototype may lead to further production contracts without additional competition. The ultimate goal of the Sink Unit Scrub is to improve hygiene practices and reduce infection risks in military operations. Interested parties must submit pre-proposals by March 21, 2025, with deadlines and contact details provided for coordination.
    Lifecycle
    Title
    Type
    SinkUnitScrub_2025
    Currently viewing
    Sources Sought
    Similar Opportunities
    Individual Water Treatment Device for Reduction/Removal of Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from any indigenous fresh water sources
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Combat Capabilities Development Command (DEVCOM) Soldier Center in Natick, Massachusetts, is conducting a market investigation for an Individual Water Treatment Device designed to reduce or remove Toxic Industrial Chemicals (TICs) and Toxic Industrial Materials (TIMs) from indigenous fresh water sources. The device must meet stringent military requirements, including being lightweight (not exceeding 12 ounces), easy to use and maintain, and capable of producing purified water from chemical contaminants for at least 135 liters, with a desired treat-to-drink time of less than 5 minutes. This initiative is crucial for ensuring safe drinking water for soldiers in diverse operational environments, adhering to Military Exposure Guidelines and NSF protocols for water purification. Interested parties are invited to submit their capabilities and product information via email to the designated contacts by January 16, 2026, with no funding currently available for this opportunity.
    Fresh Water & Septic Service - Portable Restroom Trailers
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking proposals from small businesses for fresh water and septic services related to portable restroom trailers. The procurement involves providing weekly septic tank services and non-potable water delivery to two temporary restroom trailer sites, with a contract period consisting of a base year and four optional years. This service is crucial for maintaining sanitation and hygiene standards at military installations. Interested vendors must submit their quotes by December 17, 2025, with a maximum bid not to exceed $350,000. For further inquiries, contact Latrice Whitfield at latrice.t.whitfield.civ@us.navy.mil or Marlene Ridgell at marlene.l.ridgell.civ@us.navy.mil.
    BATTLEFIELD WOUND INFECTION PREVENTION AND TREATMENT (BWI P&T): BARRIER COMBINATION PRODUCT DEVELOPMENT
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is conducting market research for the development of a barrier combination product aimed at preventing and treating battlefield wounds and subsequent infections. This initiative, part of the Battlefield Wound Infection Prevention and Treatment (BWI P&T) program, seeks to identify commercial solutions that can effectively address the unique challenges of wound care in austere environments, where medical resources may be limited. The barrier combination product is expected to play a crucial role in a Family of Systems (FoS) approach, providing innovative solutions for both military and commercial applications in wound care. Interested parties are invited to submit their responses by January 20, 2026, at 2:00 PM Eastern, via email to the primary contacts, Jeanette Collins and Julie Burns, whose emails are provided in the opportunity overview. This RFI is for planning purposes only, and no contract will be awarded based on the responses received.
    Agricultural Wash of Military Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    Microbial Identification System (MIS)
    Dept Of Defense
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    PUMPING UNIT,SEWAGE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is soliciting bids for the procurement of a sewage pumping unit, which is critical for maintaining operational capabilities within the Navy. The contract requires the delivery of this equipment under strict quality assurance and inspection protocols, emphasizing the need for timely delivery due to its classification as a high-priority requirement related to mission-essential equipment. This procurement is vital for ensuring effective sewage treatment operations, which are essential for maintaining hygiene and environmental standards in military facilities. Interested vendors should direct inquiries to Quinton Crenshaw at 717-550-3838 or via email at QUINTON.CRENSHAW@DLA.MIL, and are encouraged to register for notifications regarding contract modifications through the Navy Electronic Commerce Online system.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    PAD,MIDDLE
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the manufacture of the PAD, MIDDLE, under a total small business set-aside contract. This procurement involves the production of specialized surgical dressing materials, which are critical for military medical operations and support. The contract will require compliance with various military standards and specifications, with a focus on quality assurance and inspection processes. Interested vendors should reach out to Joshua D. Martin at 717-605-4356 or via email at JOSHUA.D.MARTIN76.CIV@US.NAVY.MIL for further details, and they should be prepared to submit proposals in accordance with the outlined requirements.
    45--TOILET,MARINE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of marine toilets, specifically NSN 4510015608927, with a total quantity of 14 units required for delivery. This solicitation is a Combined Synopsis/Solicitation and is set aside for HUBZone small businesses, emphasizing the importance of supporting local economies while fulfilling military needs. The marine toilets are critical components for naval vessels, ensuring proper sanitation and waste disposal in marine environments. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The deadline for quote submission is 167 days after the award date.
    DSCR Building 46 ADA Touchless Door Operator Install
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency, is seeking proposals for the installation of ADA-compliant touchless door operators in Building 46 at the Defense Supply Center Richmond (DSCR) in Virginia. The project aims to enhance sanitation and reduce the spread of germs by replacing existing push-button handicapped door operators with touchless wave-type operators. Contractors must have a minimum of five years of relevant experience and are required to complete the installation within 75 days of receiving the notice to proceed, adhering to strict safety and quality control standards. The estimated project value ranges between $25,000 and $50,000, with the solicitation expected to be published on or around December 19, 2025. Interested parties can contact Robert Moragues at robert.moragues@dla.mil or Kyle Gregory at Kyle.Gregory@dla.mil for further information.