Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
SPECIAL NOTICE

99 -- RFI JPEO CBRND Joint Project Manager CBRN Sensors

Notice Date
8/21/2025 12:24:10 PM
 
Notice Type
Special Notice
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-JPEO-CBRND-JPM-Sensors
 
Response Due
10/21/2025 2:00:00 PM
 
Archive Date
11/05/2025
 
Point of Contact
Allison Pizzo, Phone: 5206711593
 
E-Mail Address
allison.m.pizzo.civ@army.mil
(allison.m.pizzo.civ@army.mil)
 
Description
JPEO-CBRND�s Joint Project Manager for CBRN Sensors RFI Do you have a capability that enables Chemical, Biological, Radiological and Nuclear Defense (CBRND)? The Joint Project Manager for Chemical, Biological, Radiological and Nuclear Sensors (JPM CBRN Sensors), within the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) develops, fields, and sustains CBRN sensors, reconnaissance systems, and mobile laboratory capabilities. The JPM CBRN Sensors team provides integrated early warning capability by bringing together the products in the portfolio with robotics and autonomous systems, decision support tools, machine learning and artificial intelligence to provide situational awareness and understanding of CBRN threats. If you have a capability or technology relevant to Laboratory Information Management System (LIMS), specifically: A LIMS with an approved Certificate of Net-Worthiness (CoN) to support the Weapons of Mass Destruction Civil Support Teams (WMD-CSTs) reporting and auditing requirements that meets ISO 17025 laboratory standards as described in the WMD-CST Quality Manual. An ideal LIMS will provide the operator with an automated documentation system that meets the National Guard WMD-CST program's laboratory accreditation requirements. A relevant LIMS will provide automated functionality for all quality assurance documentation requirements including: analytical requests, sample management, analytical reports, quality control documents, reagent inventory management, instrument preventive maintenance, applicable agent critical information references, applicable lab method references, audit trail, sample traceability, and chain of custody documentation. Additionally, the LIMS should be compatible for use with MS-Office desktop applications (Outlook, Word, Excel, and PowerPoint) and Adobe Systems (PDF). The LIMS will be capable of incorporating external files (documents, spreadsheets, photos, instrument files) into analytical reports and associating the external files with individual samples. Please respond to this RFI, with the following details of your system�s capability: Compliant to ISO I 7025 and other regulatory requirements as well as support audits and inspections. Ability to electronically scan sample bar codes and transfer this unique number for traceability throughout the entire analytical process. Uniquely trace back to the laboratory technician that performs analysis task(s). Provide traceability by serial number and version of software used on the analytical technique, and traceability to the page, section and line used within the document. Possess capability to enter vendor, lot number, expiration date, date ordered, date received, on hand quantity and other quality affecting information for reagents and standards into a repository. System will offer capability to select an item, reagent or standard from this list and provide traceability when the items are used for a specific sample. Includes support apparatus (pipettes, centrifuges, scales, etc). Provide e-notebook capability to document actions conducted during the analytical process. Provide reorder point and an output document with item, vendor and quantity for reorder through external logistical channels. Auto-populate the necessary analytical process to meet client request upon sample entry. Provide indication of any work not yet performed in order to meet client requests or allow modification to the original order request. Offer ability to generate a customizable report that may include analytical findings, conclusions and recommendations. Provide an electronic record by date, time, and individual responsible for modification for information after the fact for audit compliance. Manage standard operating procedure (SOPs) electronically and ensure analysts follow SOPs for all aspects of process execution. Store and retrieve laboratory SOPs, Work procedures, and special text for use based upon the sample workflow. Provide capability to document date, time and action for all performed instrument maintenance. Collect, track and graphically display instrument performance (tune files, performance standards, and calibration curves) to provide early warning of evolving errors. System will possess ability to data mine file directories to collect without manual input. Provide capability to upload and store external repair reports and records from the Original Equipment Manufacturer to comply with ISO 17025. Allow capability to remove an instrument from service and provide a visual warning if instrument is unavailable for laboratory use. Please include technical descriptions, such as: What is the range of or types of data manipulation the software package is capable of (such as visualization, quantification, data extraction, qualitative analysis/identification, statistical analysis/reporting, modeling, etc.)? How is the product supported and maintained? What is the maturity of the instrument being recommended? Is it early development, late development? Is it in production? Has it been fielded to any of the other U.S. Government agencies (please identify them)? Is the instrument or system in use within the private sector? What is the lead time for procurement of the product? What are the company�s production capabilities/limitations? What are the specifications for the LIMS� computer system (i.e. hardware, RAM, data storage, etc.)? Please include advanced development and sustainment details, such as: How long will the product be available for purchase? How long will this product be supported, what is the operator interface (ease of use, data captured, interpretation, export), is the software open source, and/or how does it interface with the instrument/computer (instrument software and hardware vs computer operating system)? Can the software interface with various analytical instruments and if so, what are the requirements for interfacing with other databases and analytical instruments? Please provide a unit cost for the item along with available contract vehicles that your company has in place for DOD to use, if any. Include company capabilities and maturity, e.g., identify the technology / system�s technology readiness level (TRL) and manufacturing readiness level (MRL), and company support structure should the capability be integrated into a program in the near and long term. Product Specification Requirement Cost/Labor Unit price, warranty extension price (if applicable) Product Supportability On-site support Warranty Minimum 1 yr., 2yrs preferred Delivery Lead time Less than 6 months Production capacity 5 per month minimum (70 total) Operating system Windows AGM Dimensions (L x W x H) Rackable in Standard 19� wide Rack Weight 200 lb max TAA Compliance Trade Agreement Act (TAA) Compliant Please confirm the commercial availability of any LIMS that your firm is able to provide which meets the above technical requirements. For each LIMS that can meet the requirements, please provide the following information: 1. Manufacturer 2. Model Number 3. Any technical brochure/information on the unit 4. Availability/Typical lead time from order to delivery 5. Rough order of Magnitude (ROM) pricing per unit (including estimated shipping costs within the continental US) assuming minimum of 10 units. Please visit the JETT page, respond to an RFI, and share your capability with us. https://www.jpeocbrnd.osd.mil/Work-With-Us/JETT-Joint-Enterprise-Technology-Tool/ We�re looking forward to meeting you.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cc4a529cbd5347a9a5f1333a9055cf7e/view)
 
Place of Performance
Address: Gunpowder, MD 21010, USA
Zip Code: 21010
Country: USA
 
Record
SN07560357-F 20250823/250821230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.