AME Environmental Monitoring Service
ID: PANDTA-00000001Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYXR W4QS US ARMY CONTRACTING AGYFALLS CHURCH, VA, 22041-3201, USA

NAICS

Museums (712110)

PSC

MAINTENANCE OF MUSEUMS AND EXHIBITION BUILDINGS (Z1JA)
Timeline
    Description

    The Department of Defense, through the U.S. Army Center of Military History (CMH) and Army Contracting Command, is conducting a market survey to identify businesses capable of providing an advanced environmental monitoring system for 43 Army museums across 17 states, including Hawaii. The desired system must be an independent, closed platform for wireless, no-contact environmental data capture, ensuring compliance with the Buy American Act, Trade Agreements Act, and Berry Amendment, while recording critical data such as temperature, relative humidity, and light exposure at 15-minute intervals or less. This initiative is crucial for preserving historical assets and enhancing the efficiency and integrity of museum collections. Interested offerors are encouraged to respond to the Request for Information (RFI) by completing the attached questionnaire and submitting their responses electronically by January 6, 2026, to Sydney Huston at sydney.r.huston.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Center of Military History (CMH) and Army Contracting Command are seeking information for an advanced environmental monitoring system for 43 Army museums across 17 states, including Hawaii. This Request for Information (RFI) aims to identify modern solutions for preserving historical assets by enhancing efficiency, mitigating risk, and ensuring collection integrity. The desired system must be an independent, closed platform for wireless, no-contact environmental data capture, interfacing with secure cloud storage. Key requirements include compliance with Buy American Act, Trade Agreements Act, and Berry Amendment, as well as providing the most recent software/hardware versions. The system must operate independently of existing Wi-Fi or cellular networks, record temperature, relative humidity, and light exposure at 15-minute intervals or less, and offer emergency alerts, unlimited user access, and comprehensive data analysis tools. The RFI also requests details on support, training, maintenance, warranty, and pricing for subscriptions, updates, and on-site services. Responses are due by January 6, 2026.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Request for Information (RFI)-- Modular Protection System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Engineer Research and Development Center (ERDC), is conducting a Request for Information (RFI) to identify potential vendors capable of fabricating and delivering a Modular Protection System-Overhead Cover (MPS-OHC). The procurement involves the fabrication of one 5 ft x 60 ft steel section to be delivered to Vicksburg, MS, along with up to four 60 ft x 80 ft kits, including necessary accessories packaged in 20 ft ISO containers for delivery to Guam. This project is critical for enhancing operational capabilities and requires extensive steel fabrication expertise, including welding, plasma cutting, and assembly of various structural components. Interested vendors must submit their responses, including company information and capabilities, by 3:00 PM Central Standard Time on January 2, 2026, to Jennifer Hoben at Jennifer.Hoben@usace.army.mil and David Ammermann at David.G.Ammermann@usace.army.mil.
    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.
    6685--Bath VAMC-Temperature/Humidity Monitoring equipment (VA-26-00026567)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide Rotronic Temperature and Humidity Monitoring equipment for the Bath VA Medical Center in Bath, NY. The procurement includes specific models such as the Rotronic RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY devices, which are essential for maintaining consistent environmental monitoring across multiple VA locations. This initiative is part of a market research effort to identify potential vendors for a future Small Business set-aside solicitation, with interested parties required to submit their company information and capabilities to Contract Specialist Lorraine Hussain by December 18, 2025. This presolicitation notice does not guarantee a contract award and is intended for informational purposes only.
    REQUEST FOR INFORMATION – MUTUALLY BENEFICIAL MULTIDISCIPLINARY INNOVATION ECOSYSTEMS
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Aberdeen Proving Ground-Research Triangle Park (ACC-APG-RTP), is issuing a Request for Information (RFI) to explore options for support to the U.S. Army Combat Capabilities Development Command (DEVCOM) Army Research Laboratory (ARL). This RFI aims to gather insights and gauge interest from potential offerors who possess the capabilities and relationships necessary to meet the requirements outlined in the notice. The information collected will assist in planning and does not imply any commitment to contract or provide feedback on submissions. Interested parties are encouraged to submit their responses voluntarily to the MBMIS-RFI inbox at MBMIS-RFI@army.mil, as no funding amount or specific deadlines are provided in this notice.
    Dual High Resistance Bridge System
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command-Redstone Services, is seeking quotes for the procurement of a Dual High Resistance Bridge System or an equivalent unit due to the obsolescence and aging of existing test equipment. This procurement aims to ensure accuracy and stability in resistance measurements, which are critical for the Army's operational capabilities. The required system includes components such as high resistance coaxial matrix scanners, programmable voltage sources, temperature-stabilized high resistance standards, air baths, and an equipment rack. Interested vendors must submit their quotes by January 15, 2026, at 3:30 PM CDT, and can direct inquiries to Ben Hymas or Shalanda McMurry via email.
    Request for Information - Mounted Assured Positioning, Navigation, and Timing System (MAPS) GEN II Production and Sustainment IDIQ
    Dept Of Defense
    The Department of Defense, specifically the Army Program Executive Office Intelligence, Electronic Warfare & Sensors (PEO IEW&S), is seeking sources for the Mounted Assured Positioning, Navigation, and Timing System (MAPS) Generation II through a Request for Information (RFI). The objective is to gather feedback and identify potential prime contractors capable of providing assured PNT to warfighters and combat platforms, particularly in GPS-contested environments. This system is crucial for enabling mission execution across the Army, as it supports various combat and combat service support missions. Interested parties must submit a white paper by January 19, 2026, detailing their capabilities, including production plans, technical documentation, and quality management systems, while also completing a security questionnaire to access further documentation. For inquiries, contact Charles Compton at charles.t.compton5.civ@army.mil or Lori Andrese at lori.r.andrese.civ@army.mil.
    6685--Temperature/Humidity Monitoring equipment for Bath (VA-26-00026567)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) Network Contracting Office 2 (NCO 2) intends to award a sole source contract to Rotronic Instrument Corp. for the provision of temperature and humidity monitoring equipment at the Bath VA Medical Center (VAMC). This procurement aims to equip the Bath, Canandaigua, and Rochester VA facilities with a unified Rotronic monitoring system, which includes specific parts such as the RMS-MLOG-T10-915 with probe, RMS-MLOG-B-915, and 915 GATEWAY units. The contract, justified under FAR 6.302-1 due to the exclusive availability of Rotronic's products and services, is set to run from December 1, 2025, to September 30, 2026. Interested firms that believe they can meet the requirements may submit written notifications to Lorraine Hussain at Lorraine.Hussain@va.gov by December 18, 2025, at 10:00 AM EDT, as this notice is not a request for competitive quotes.
    Real Time Location Environmental Monitoring System
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is soliciting proposals for a Real Time Location Environmental Monitoring System to be implemented across various healthcare facilities in Texas. The contractor will be responsible for providing an automated continuous environmental monitoring system, which includes support and maintenance services, to ensure compliance with VHA Directives regarding temperature, humidity, and differential pressure monitoring. This system is crucial for maintaining optimal conditions in medical environments, particularly in areas such as sterile processing and laboratory functions. The contract, identified by Solicitation Number 36C25726Q0120, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will span from January 18, 2026, to January 17, 2031. Interested parties should contact Melanie Williams at melanie.williams5@va.gov or 210-694-6378 for further details.
    RFI PHARMACY TEMPERATURE MONITORING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information from vendors regarding a Request for Information (RFI) for a modernized temperature monitoring system. This system is intended for use in medical refrigerators, freezers, and storage areas across 17 detention facilities, with a focus on functionality such as data monitoring, alerts, and compliance with CDC, VFC, and FDA standards. Vendors are required to provide detailed proposals that include system capabilities, implementation timelines, customer support, and a comprehensive cost breakdown for the setup and ongoing fees. Interested parties must submit their responses by December 4, 2025, at 5 PM EST, and can reach out to Vladimir Jockovic or Michelle Taylor for further inquiries.
    Facilities Acquisitions for Restoration and Modernization (FARM) III
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry feedback through a Request for Information (RFI) for the Facilities Acquisitions for Restoration and Modernization (FARM) III program. The primary objective of this RFI is to gather insights on the government's acquisition strategy, particularly regarding the Highest Technically Rated Offeror (HTRO) source selection evaluation approach, and to discuss Joint Certification Program (JCP) certification requirements. This initiative is crucial for ensuring that the selected contractors possess the necessary technical capabilities and past performance to support Department of Defense installations effectively. Interested parties must submit their responses by 11:00 AM CST on December 19, 2025, via email to Robert Mosley and Andrew Waggoner, with proprietary information clearly marked.