JBTDS FRP
Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 04, 2026. Industry: NAICS 334511 • PSC 6665.
Market snapshot
Awarded-market signal for NAICS 334511 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 334511
Description
REQUEST FOR INFORMATION:
DESCRIPTION:
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
The Army Contracting Command -Aberdeen Proving Ground (ACC-APG), on behalf of the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND), is exploring options for a Contractor to manufacture, package, and deliver JBTDS Detector/Collector assemblies, Data Stations, and consumables that meet the JBTDS Performance Specification (see attachment).
The JBTDS is a lightweight, low-cost, battery operable, system designed to rapidly detect, collect, and identify airborne Biological Warfare Agents (BWAs) which are assessed to pose a threat to the Joint Force. The JBTDS will be a man-portable system that can be carried by one Warfighter. JBTDS will be a modular set of capabilities that can be utilized individually or together to provide an integrated capability set. These capabilities perform the core biological defense functions of biological aerosol detection, collection and identification.
The JBTDS provides three capabilities: Detection-Collection sensor capability, Identification capability, and Data Station (Base Station can be used interchangeably) Communications (DSC) capability. Unless otherwise specified, when the term “JBTDS” is used, it refers to all three capabilities.
The Detection-Collection sensor performs the detection and aerosol collection functions as well as communication with the DSC capability. The detection capability will automatically initiate the collection of a sample if a threat anomaly is sensed in the environment. The Detection-Collection capability includes Meteorological Sensing (MET) and Global Positioning System (GPS) capabilities, operator manuals, and consumable supplies to support a mission. The Detection-Collection sensor will be capable of operating as a stand- alone unit or as part of a remote-controlled array. The Detection-Collection sensor will be able to operate in all environments, be man- portable, and withstand transportation and long-term storage.
The Data Station communications (DSC) capability consists of the necessary software and hardware to remotely monitor and control the Detection-Collection sensor capabilities when interfacing with an IP based radio. The DSC capability software may reside on existing service command control (C2) hardware or a dedicated piece of hardware. When the Detection-Collection sensors are employed as a networked array, the DSC capability will facilitate: maintenance, notification of alerts and alarms, remote control of the Detection-Collection sensor capability, and display their location. The DSC capability will be the operator’s primary interface with the Command and Control systems (JWARN and/or CBRN Sensor Command and Control (CSC2)) which is utilized to inform higher command of a biological attack. The DSC capability includes operator manuals, and consumable supplies to support a mission. The DSC capability will be able to operate in a sheltered field environment, be man portable, and withstand transportation and long-term storage.
The anticipated deliverables for this effort include:
- 3,247 JBTDS Detector collector assemblies, 425 JBTDS Data Stations, and 49,015 JBTDS consumables to be delivered over three (3) years.
- Manufacturing Plan per Data Item Description DI-MGMT-81889
- Quality Assurance Program Plan
- Procured Parts Inspection Results
- Manufactured Parts Inspection Results
- Configuration Management Plan
- Physical Configuration Audit
- First Article Test
- Integrated Logistics Support documentation corresponding to the JBTDS system configuration. As part of this, it is anticipated the Contractor will conduct all Integrated Product Support (IPS) elements for the JBTDS production systems, including analyses (to include a Failure Mode, Effects & Criticality Analysis (FMECA), Fault Tree Analysis (FTA), Maintenance Task Analysis (MTA), and Level of Repair Analysis (LORA), operator and maintenance technical manuals (TM), training support package materials, and the creation of LPD such as drawings, packaging instructions and Bill of Materials (BOM) to enable the generation of Basis of Issue Plan (BOIP) Feeder Data, and Line Item Numbers (LIN).
- Military Packaging
- Production Technical Data Package (TDP), Software Data Package (SDP), and Source Code for NBCRV SSU system to include corresponding Government Purpose Rights for the data.
- Support for Government DT/OT, either on-site or virtual, as needed, and the repair of systems damaged in testing.
- Support of sustainment activities including repairs that can be performed in the field. Sustainment support shall be provided for two years after initial fielding.
ACC-APG is seeking the following information:
- Potential Respondents shall describe how they propose to successfully deliver 3,247 JBTDS Detector/Collector assemblies, 425 Data Stations, and 49,015 Consumables over three (3) years.
- Potential Respondents shall provide a rough order of magnitude (ROM) timeline and cost required to produce the JBTDS, to include at what quantities price breaks would be attained.
- Potential Respondents shall provide a ROM cost required to deliver a production Technical Data Package for the JBTDS system and corresponding Government Purpose Rights for the data.
- Potential Respondents shall provide a ROM required to deliver a Software Data Package for the JBTDS system and corresponding Government Purpose Rights for the data.
- If potential respondents can provide an alternative system that meets or exceeds JBTDS performance requirements, provide cost per system.
- If potential respondents can provide a system that can meet most requirements, please provide system description and what requirements the system cannot meet. Also provide an estimated price per unit of what it will cost to develop the system to meet requirements.
- Potential respondents shall describe any commercial solution or development of a commercial product to meet the performance requirements.
- Potential respondents shall provide their business size.
- Potential Respondents shall recommend contract type i.e. Firm Fixed Price, Fixed Price Incentive Firm Target, Fixed Price Award Fee, Cost Plus Award Fee, etc.Potential Respondents shall provide a ROM cost required to deliver the Source Code for the JBTDS system and corresponding Government Purpose Rights for the code
- Potential Respondents shall provide a ROM cost required to deliver the Logistics and sustainment support documentation as specified above.
Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only.
List of attachments:
-
- JBTDS Performance Specification PRF EA-D-10012C (Access Controlled)
- JBTDS Full Rate Production Statement of Work (draft)
DISCLAIMER:
THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION AND WILL NOT OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this Request for Information (RFI) will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this request for information or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this request for information. The information resulting from this request for information may be included in one or more RFPs, which may be released via the System for Award Management portal.
The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations' capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Although it is highly encouraged, not responding to this RFI does not preclude participation in any future proposal request. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary.
DUE DATE:
RFI response submissions shall be submitted in writing (electronically via e-mail) to the Point(s) of Contact listed below. RFI response submissions shall be submitted as searchable Adobe Portable Document Format (.pdf) or Microsoft Office 2007 or newer (.docx, .xlsx, etc.). Submission of files in older format (.doc, .xis, etc.) may result in the file(s) being rendered unreadable. The entirety of the RFI response submission email shall not exceed 15MB. The entirety of the RFI response submission shall not exceed 15 pages (Times New Roman font (or similar), size 12). Marketing materials or brochures do not count against the 15-page RFI response limit, but must adhere to the overall email response file size limitations (15MB total) noted above. Failure to adhere to this limitation may result in portions of the response not being received by the Government. Submissions are due no later than 7 days after posting date. All responses shall be submitted via email to both the Primary and Secondary Contracting POCs listed below:
Army Contracting Command -Aberdeen Proving Ground {ACC-APG) Edgewood Division Contracting POCs: Primary POC: Erin Roos, Contract Specialist, erin.c.roos.civ@army.mil Secondary POC: Jemel Hogan, Contracting Officer, jemel.m.hogan.civ@army.mil
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.