- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Notice of Intent to Sole Source: JBTDS
Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Mar 26, 2026. Industry: NAICS 334511 • PSC 6665.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
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.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 83 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 334511
Description
Notice of Intent to Make a Sole Source Award.
This is not a Request for Quote / Proposals.
In accordance with FAR Part 5, the purpose of this notice is to advise industry that Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is contemplating award of a sole source action to Chemring Sensors and Electronic Systems (CSES) for Full Rate Production (FRP) of the Joint Biological Tactical Detection System (JBTDS). The FRP contract will be established as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a single thirty-six (36) month ordering period. The contract is planned for award in FY26. Award of this contract is contingent upon Full Rate Production (FRP) Decision approval in accordance with the Major Capability Acquisition (MCA) pathway of the Adaptive Acquisition Framework (AAF).
The Capability Program Executive for Chemical, Biological, Radiological, and Nuclear Sensors (CPE-CBRND) has a requirement for the FRP of the JBTDS. The JBTDS provides the Joint Forces with a mission-critical capability for sustained operations in a CBRN environment as well as force protection in peacetime and contingency operations. JBTDS is the only militarized, tactical, lightweight biological surveillance system designed specifically for rapid detection, collection, identification and warning of Biological Warfare agents. The system fills a validated Joint Requirement for tactical-level biological detection interoperable across Services, highly mobile and sustainable under the constraints of modern force structure. The JBTDS system is a lightweight, man-portable, battery- operable system designed to provide detection, collection and identification of airborne biological warfare agents. The system’s modular architecture Detector/ Collector (D/C), Identifier and Data Station (DS) enable flexible, task-organized deployment across multiple mission sets. The FRP scope encompasses production, quality assurance, testing, configuration management, logistics support and delivery of the production-representative Technical Data Package (TDP). This action represents the logical follow-on to contract W911QY-15-C-0035, under which CSES executed the Engineering and Manufacturing Development (EMD) and Low-Rate Initial Production (LRIP) phases. The FRP contract is required to ensure transition from LRIP to sustained production and fielding.
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.