Skip to content
Department of Defense

Request for Information (RFI) for Joint Project Manager for Chemical, Biological, Radiological and Nuclear Protection (JPM CBRN P) Autonomous Decontamination System (ADS)

Solicitation: RFI-forJointProjectManagerforChemicalBiologicalRadiologicalandNuclearProtection(JPMCBRNP)AutonomousDecontaminationSystem(ADS)
Notice ID: 6651943caae14246ab107a13eb4d01a1
TypeSources SoughtNAICS 336411PSC1550DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMAPostedFeb 04, 2026, 12:00 AM UTCDueFeb 20, 2026, 10:00 PM UTCExpired

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MA. Response deadline: Feb 20, 2026. Industry: NAICS 336411 • PSC 1550.

Market snapshot

Awarded-market signal for NAICS 336411 (last 12 months), benchmarked to sector 33.

12-month awarded value
$277,068,118
Sector total $20,371,516,771 • Share 1.4%
Live
Median
$109,701
P10–P90
$27,425$350,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($277,068,118)
Deal sizing
$109,701 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MA
Live POP
Place of performance
Natick, Massachusetts • 01760 United States
State: MA
Contracting office
Natick, MA • 01760-5011 USA

Point of Contact

Name
John Sullivan
Email
john.m.sullivan188.civ@army.mil
Phone
Not available
Name
Veronica St. Claire
Email
veronica.a.stclaire.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC-APG • W6QK ACC-APG NATICK
Contracting Office Address
Natick, MA
01760-5011 USA

More in NAICS 336411

Description

This is a request for information (RFI) only for technologies which show potential for meeting the requirements described below. Technologies can be Commercial Off-the-Shelf (COTS) or developmental items. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB).  It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only.  Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. 

Requested Information

The Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN P) is conducting a market survey to identify technologies for an Autonomous Decontamination System (ADS).  The ADS Program Office will develop, procure, and field an automated and/or semi-autonomous capability that leverages robotics/drones to support chemical and biological warfare agent contamination mitigation operations of military vehicles, critical infrastructure, and terrain. 

The goal of the ADS is to allow squad-sized elements to provide a platoon-sized decontamination capability for critical mission equipment. Contamination mitigation operations are extremely resource-intensive in terms of time, logistics, and personnel. The ADS will reduce manpower and optimize resources required for decontamination operations while mitigating the risk of exposure of warfighters to Chemical and Biological Warfare Agents through robotic means.

This RFI is specifically seeking information on tethered and untethered drones capable of spraying decontaminant and executing decontamination missions on military vehicles, terrain, and/or critical infrastructure and facilities. These systems should be transportable by, and potentially integrated with, various military vehicles (e.g., Light Medium Tactical Vehicle (LMTV) or Family of Medium Tactical Vehicles (FMTV)).

ADS will be required to perform the following functions and may leverage drone technology to support any of these:

  • Conduct a pre-wash of a contaminated vehicle or equipment with water.
  • Execute precision contamination mapping, and/or leverage surface indication technologies to identify, digitize, and track the contamination footprint.
  • Apply decontaminant to areas requiring decontamination, ideally leveraging the contamination footprint data to apply decontaminants precisely to areas.
  • Conduct a post-wash with water and a post-decontamination assessment using existing/fielded detector technology, of previously contaminated assets.

If a vendor has a product that meets the criteria, they shall submit a short summary (no more than 10 pages) briefly describing their product’s capabilities.

The summary will need to include the following general information about the respondent:

  • Company name and address
  • Point of Contact (POC) with phone number
  • Product Name
  • Estimated cost per system and required post-procurement support/maintenance costs

Please provide detailed information on the following aspects of your proposed technology:

  1. System Overview:
    • Description of the overall system, its components (drone, ground control station, tether management, etc.), and its operational concept.
    • Estimated Technology Readiness Level (TRL) and/or Manufacturing Readiness Level (MRL).
  2. Drone Platform Capabilities:
    • Platform type (tethered, untethered, or hybrid) and specifications.
    • Maximum flight time/endurance.
    • Payload capacity (volume and weight).
    • Operational range and data link performance/specifications.
    • Navigation and positioning technology used (e.g., Global Positioning System (GPS), Real-Time Kinematic (RTK), Visual Simultaneous Localization and Mapping (V-SLAM)).
  3. Decontamination & Sprayer System:
    • Description of the spraying mechanism (e.g., nozzle types, adjustable flow rate, pressure).
    • Compatibility with various decontaminants, including solids, liquids, and foams (e.g. High Test Hypochlorite (HTH), M333 Joint General-Purpose Decontaminant for Hardened Military Equipment (JGPD-HME)).
    • Method for conducting pre-wash and post-wash functions.
    • Method for conducting post-decontamination assessment.
  4. Autonomy and Sensing:
    • Description of the sensor suite used for navigation and obstacle avoidance.
    • System's ability to conduct contamination mitigation operations autonomously, to include contamination mapping.
    • Levels of autonomy available (e.g., fully autonomous, semi-autonomous with operator-in-the-loop, manual remote control).
  5. Logistics and Integration:
  • Size and Weight: Overall system size and weight, including all components required for operation (drones, ground station, power modules, etc.).
  • Power Requirements: A detailed breakdown of the system's power needs:
    • Primary Power Source: Describe the primary power source for the entire system (e.g., self-contained generator, reliance on vehicle-drawn power, shore power).
    • Power Specifications: Specify voltage, connection types, and peak/average power consumption. Detail compatibility with standard military vehicle 24V DC power sources.
    • Battery-Powered Systems: For systems using batteries (for untethered flight or ground components), provide details on:
      • Battery type, capacity, and operational life per charge.
      • Quantity of batteries required for continuous or extended operations.
      • Recharge time and charging station requirements (e.g., power source, size).
      • Whether batteries are "hot-swappable" to enable continuous operation.
    • Tethered Systems: For tethered drones, describe the power requirements for the ground power unit and tether management system.
  • Transportability: Details on transportability and potential for integration with military platforms like LMTV or FMTV.
  • Personnel & Time: Required setup/teardown time and personnel.
  • Consumables: Description of required consumables.
  • Interfaces: Details on all external proprietary interfaces or interfaces based on standards/specifications.
  • Electromagnetic: Spectrum(s) reliance and survivability to electromagnetic pulses.
  • Repairability and Maintainability: Description of ability for users in the field to repair and routinely maintain the system, whether proprietary parts are needed, and if support from the company is required.
  1. Operational Environment:
    • Operating temperature range, weather limitations (wind, rain), and other environmental restrictions.
  2. Commercialization and Data Rights:
    • Identify if the technology is considered Commercial Off-the-Shelf (COTS) or is currently used/developed by commercial or Government entities.
    • Provide any data rights assertions or anticipated assertions.

Point of Contact (POC)

The Government requests that responses be submitted electronically to john.m.sullivan188.civ@army.mil and veronica.a.stclaire.civ@army.mil.

Responses shall be received NLT COB 20 February 2026. 

Additional Information

All information received in response to this RFI that is marked proprietary will be handled accordingly.  Responses to the RFI will not be returned.  Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.  POCs for this request are Mr. John Sullivan and Ms. Veronica St. Claire. Email your questions to the POCs at the following addresses: john.m.sullivan188.civ@army.mil and veronica.a.stclaire.civ@army.mil.

*Attachment 0001 posted to answer questions*

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.