Skip to content
Department of Defense

RFI CPE CBRND Seeking Advanced Gas Chromatography-Mass Spectrometry Systems

Solicitation: W911SR-CPE-CBRND-CALS-GCMS-2026
Notice ID: b5f625d1a57a4b44ae4fb62af2a21bf0
TypeSpecial NoticeNAICS 334516PSC6630DepartmentDepartment of DefenseAgencyDept Of The ArmyStateMDPostedApr 13, 2026, 12:00 AM UTCDueMay 08, 2026, 09:00 PM UTCCloses in 26 days

Special Notice from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MD. Response deadline: May 08, 2026. Industry: NAICS 334516 • PSC 6630.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W911SR-CPE-CBRND-CALS-GCMS-2026. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$25,871,967
Sector total $52,476,474,892 • Share 0.0%
Live
Median
$122,540
P10–P90
$49,924$1,133,350
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+222%($13,619,317)
Deal sizing
$122,540 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 MD
Live POP
Place of performance
Gunpowder, Maryland • 21010 United States
State: MD
Contracting office
Aberdeen Proving Grou, MD • 21010-5424 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MD20260039 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
+75 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 75 more rate previews.
Davis-BaconBest fitstate match
MD20260039 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Garrett
Rate
CARPENTER
Base $30.25Fringe $22.00
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $30.25Fringe $22.00
Rate
CEMENT MASON
Base $30.12Fringe $21.35
+74 more occupation rates in this WD
Davis-Baconstate match
MD20260030 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Baltimore City
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $34.41Fringe $14.49
Rate
CARPENTER-SHORING SCAFFOLD BUILDER
Base $34.41Fringe $14.49
+63 more occupation rates in this WD
Davis-Baconstate match
MD20260128 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Worcester
Rate
BALANCING TECHNICIAN
Base $26.25Fringe $8.29
Rate
BRICKLAYER
Base $37.50Fringe $14.78
Rate
CARPENTER
Base $30.54Fringe $18.76
+53 more occupation rates in this WD
Davis-Baconstate match
MD20260109 (Rev 0)
Open WD
Published Jan 02, 2026Maryland • Calvert
Rate
CARPENTER
Base $38.41Fringe $14.55
Rate
CARPET LAYER
Base $34.12Fringe $14.86
Rate
ELECTRICIAN
Base $54.00Fringe $21.77
+50 more occupation rates in this WD

Point of Contact

Name
Valerie Holden-Stewart
Email
valerie.d.holden-stewart.civ@army.mil
Phone
Not available
Name
MinhChau Nguyen
Email
minhchau.t.nguyen4.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
Contracting Office Address
Aberdeen Proving Grou, MD
21010-5424 USA

More in NAICS 334516

Description

Request for Information: CPE CBRND Seeking Advanced Gas Chromatography-Mass Spectrometry Systems

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY – This RFI is issued solely for market research, information, and planning purposes – it does not constitute a Request for Proposal (RFP)/Request for Quote (RFQ) or a promise to issue an RFP/RFQ 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 (USG) to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the USG will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the USG. Not responding to this RFI does not preclude participation in any future RFP/RFQ, if any is issued.

The Capability Program Executive for Chemical, Biological, Radiological and Nuclear Defense’s (CPE CBRND) Joint Project Manager for CBRN Integrated Early Warning (JPM CBRN IEW), located at Aberdeen Proving Ground, MD, is conducting market research to identify advanced analyzers and instruments capable of replacing existing chemical and biological detection equipment within a Mobile Laboratory environment.

The purpose of this RFI is to gather information on state-of-the-art technologies in a bench-top configuration that can serve as replacements for current Gas Chromatography-Mass Spectrometry (GCMS) systems.

Responses to this RFI are requested no later than Friday, 8 May 2026

REQUIREMENTS:

The desired GCMS system must meet the following capabilities:

  • Rapid Detection and Identification: Ability to quickly detect and identify chemical warfare agents (CWA), toxic industrial chemicals (TIC), and toxic industrial materials (TIM)” -  (note the ability to collect and analyze samples in vapor, solid, liquid, and [suspended] aerosol forms of matter – spanning high volatility [e.g. hydrogen cyanide] and low volatility [VX])
  • Complex Sample Analysis: Capable of analyzing and detecting targets within complex environmental samples, including solids, liquids, and aerosols.
  • Sensitivity and Specificity: High sensitivity and specificity for accurate identification.
  • Quantification: Ability to quantify the concentration of agents or compounds present.
  • Batch Processing: Support for batch analysis capabilities.
  • Auto Calibration: Automated calibration functionality.
  • Operating System Compatibility: Must be compatible with Windows 10 or newer operating systems.
  • Longevity: Supportable for a minimum of seven (7) years.

REQUESTED INFORMATION

JPM CBRN IEW requests that respondents submit an information paper addressing the following questionnaire:

  1. Describe the product's technical capabilities, including the range of conditions in which it can operate. How is the product supported and maintained? 
  2. Describe the company's capabilities and manufacturing readiness level (MRL). How is the company structured to support the product in both the near and long term? 
  3. What is the maturity level of the instrument? Is it in early development, late development, production, or fielded with any Services? 
  4. Describe the product's ability to interface with other equipment. What design considerations are necessary to integrate the product into a system of systems? 
  5. Indicate whether integration into a Laboratory Information Management System (LIMS) is necessary.
  6. Specify the operating system used by the product. 
  7. What is the lead time for the product? What are the company's production capabilities and limitations? 
  8. Consumables and Ancillary Equipment: Identify all consumables and ancillary equipment required to support the instrument, including those manufactured by third-party vendors. 
  9. How long will the product be available for purchase? How long will the product be supported? 
  10. Specify how many of the products have been sold, addressing market share considerations and the stability of the product line.
  11. What is the instrument's level of sensitivity for identifying/detecting the targets mentioned above? 
  12. Describe the operator interface, including software, ease of use, data capture, interpretation, and export capabilities. 
  13. Fully identify all consumable materials and ancillary equipment required to support the instrument, even if manufactured by third-party vendors. 
  14. Provide the product’s size (LxWxH), weight (lbs.), and power requirement (Watts).
  15. Highlight any additional capabilities or add-ons (e.g., thermal desorption). While not required, these will be considered.
  16. Describe how the system would address existing and unknown threat chemicals.
  17. Identify maintenance and calibration requirements.
  18. Provide information on the number of proposed systems currently in the field and the expected duration of support for the product, including obsolescence considerations.

SUBMISSION GUIDANCE:

Please follow the steps below to submit your RFI response via CPE CBRND’s Joint Enterprise Technology Tool (JETT):

  1. Visit the JETT homepage (https://jacks.jpeocbrnd.army.mil/JETT) and select the option to “Respond to an RFI.”
  2. Complete the contact form, ensuring you enter the correct RFI number for this opportunity in the "RFI#" field to accurately associate your submission with this opportunity. Please omit dashes when entering the RFI number.
  3. Follow the email instructions provided to verify your submission and gain access to the platform.
  4. Complete any relevant parts of the online survey form and upload a copy of your RFI response, ensuring that you address all the questions and requirements outlined above. Responses are requested no later than Friday, 8 May 2026.

MINIMUM SUBMISSION REQUIREMENTS:

Responses should include:

  1. Identifier: CALS GCMS 2026.
  2. Company Information: Name, address, telephone number, website (if available).
  3. Business Type: Indicate whether the company is large or small. If self-identified as a small business, provide the basis for that determination.
  4. Point of Contact: Name, telephone number, and email address of a representative authorized to respond to questions regarding this notice.
  5. Completed Questionnaire: Address all questions outlined in the "Requested Information" section.
  6. Supporting Materials: Include any relevant test reports, manuals, brochures, information papers, etc.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

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.