SOURCES SOUGHT
42 -- RFI - Biocontainment, Isolation, and Quarantine (BIQ) Biological Containment Isolation System (BCIS)
- Notice Date
- 9/15/2025 1:34:27 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Solicitation Number
- RFI-BiocontainmentIsolationAndQuarantine(BIQ)BiologicalContainmentIsolationSystem(BCIS)
- Response Due
- 10/10/2025 2:00:00 PM
- Archive Date
- 10/25/2025
- Point of Contact
- Brian Liska
- E-Mail Address
-
brian.liska@usmc.mil
(brian.liska@usmc.mil)
- Description
- Note: This is a follow-on Request for Information (RFI) to two previous Sources Sought Announcements (links provided below) and is requesting more detailed information about readily available or commercial off the shelf (COTS) solutions for a system to support the Biocontainment, Isolation, and Quarantine (BIQ) Biological Containment Isolation System (BCIS) program. https://sam.gov/opp/d2ddfa1fb4694c4eb83a33ba50085882/view, posted 11 SEP 2023 through 31 OCT 2023 https://sam.gov/opp/9d48079a6e6f41819578ab491a4c06f1/view, posted 06 AUG 2024 through 08 NOV 2024 Synopsis: The purpose of this RFI is to obtain detailed information to assist the Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN Protection) in identifying readily available or COTS solutions for a transportable ground-based field deployable isolation area for personnel infected or suspected of infection with a High-Consequence Infectious Disease (HCID) that allows medical staff to monitor and/or treat patients while decreasing the risk of infecting other patients and staff. The U.S. Government requests that responses be submitted via email ONLY to Brian Liska at brian.liska@usmc.mil no later than 10 OCT 2025 by 5:00 p.m. EST. Background: To address the goals and objectives of the Chemical and Biological Defense Program (CBDP) Enhanced Biodefense and Pandemic Preparedness Narrative and the National Biodefense Strategy and Implementation Plan, JPM CBRN Protection is in need of a transportable ground-based field deployable BIQ capability for managing HCID infected patients during contingency operations, both CONUS and OCONUS. This RFI is issued to determine what solutions are available, and to obtain details about these systems to determine if they may be suitable for military use. Description: The BCIS is a BIQ system that uses negative pressure with directional airflow and a filtration system to filter the exhaust air to contain airborne infectious particles within the area housing HCID-infected individuals. Other features such as, but not limited to, anterooms for doffing and donning personal protective equipment, interior lighting, heating and air conditioning, and windows are needed for medical staff to provide care to the patients. Additionally, the BCIS must be transportable via ground and air and setup in the field with minimal manpower and equipment. The BCIS will provide the government a ground-based field deployable isolation area for personnel infected or suspected of infection with an HCID and allow medical staff to monitor and/or treat patients while decreasing the risk of infecting other patients and staff. Programs: This RFI is in support of the BCIS program, which is one of the three BIQ programs managed by JPM CBRN Protection. Requirements for BCIS system are currently being developed with contracting actions beginning in Fiscal Year 2026. Government Furnished Property: None Responses: Interested parties are invited to submit a response to this RFI. This RFI is issued solely for information and planning purposes and to identify potential readily available or COTS solutions. THIS IS NOT A SOLICITATION. No contract will be awarded from this RFI. This RFI does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the U.S. Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The U.S. Government has not made a commitment to procure any of the items/services discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this RFI is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become U.S. Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFP(s) if any is(are) issued. Interested parties may identify their interest by submitting a white paper regarding this RFI to JPM CBRN Protection via e-mail ONLY to Brian Liska at brian.liska@usmc.mil no later than 10 OCT 2025 by 5:00 p.m. EST. Please include the following information in the white paper: Please provide system description(s) and image(s). What are the dimensions (external footprint and the internal isolation area) and the weight of the system when deployed? What is the size and weight of individual components (e.g., filtration system, environmental control unit)? What is the cost and delivery lead time for 1 system up to 30 systems? What is the location of the manufacturing facility? Are any system components/parts sourced outside of the United States and if so, where? What is the shelf life of and recommended storage conditions for the system? Is the system a prototype, commercial off the shelf, or government off the shelf? Can the system be complexed to increase the size of the isolation area? What negative pressure (in inches of water column/gauge) is maintained inside the isolation area? How many individuals are required for set-up/take down? Provide the time required for these actions. How many total air changes per hour (ACH) are maintained inside the isolation area? How many outdoor (fresh air) ACH are maintained inside the isolation area? What media is used to filter the exhaust air (e.g., HEPA, ULPA, MERV-14)? What media, if any, is used to filter the inlet air? What is the power source for the system (e.g., military power grid on 110-120 VAC, 50/60Hz, single phase or 208-220 VAC, 50/60Hz, three phase power)? If there is more than one power source, then please list all of them. How many hours can the system continuously operate using each power source? What are the fuel consumption rates (for the power source)? Can the system run on both AC and DC power with the ability to switch to DC power if AC power is temporarily lost? What EMI testing has been performed on the system (e.g., MIL-STD-461, MIL-STD-464)? What features are incorporated in the system to prevent an HCID from spreading while also observing or caring for patients (e.g., anterooms, windows, etc.)? Has the system been tested for compatibility with any decontaminants or disinfectants (e.g., Calla 1452, 2% calcium hypochlorite solution)? What is the minimum and maximum temperature and relative humidity that the system can be operated in? Has the system been tested in any adverse environmental conditions (e.g., sand, fungus, salt spray/fog, rain, high winds)? What material testing has been performed (e.g., tear strength, puncture resistance)? What platforms (e.g., ground transport, aircraft) can be used to transport the system and how is it packaged (i.e., Tri-walls or ROPAK, typical dimensions, 463L aircraft pallet)? Is the system compatible with currently fielded single-skin framed shelters, Fan and Filter Housing Assembly (Model FFHA-400), and Environmental Control Units? Is PFAS contained in any component used in the system? Are there any diminishing resources, source of supply, or obsolescence issues? Can the system be used more than once? Disinfected/cleaned for multi-use? Describe the disposal process for the system. Provide any documentation to support a technology readiness level of 6 and/or manufacturing readiness level of 6. Information on TRL can be found at https://acqnotes.com/acqnote/tasks/technology-readiness-level. Information on MRLs can be found at https://acqnotes.com/acqnote/careerfields/manufacturing-readiness-levelmanufact. Identify if any version of the proposed system/component is currently being utilized by commercial or government entities. List any features (e.g. pass throughs or connections) that facilitate water delivery and disposal. NOTE: Specification sheets, FDA clearance, reports, and/or manuals (operator and/or maintenance) may be included with the white paper. The U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the expense of the interested party. Questions: Any questions for clarification may be emailed to Brian Liska at brian.liska@usmc.mil no later than five business days before 10 OCT 2025. Please allow three business days for a response. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/5a7a6e07409140b1b8e449c10afe8aa6/view)
- Place of Performance
- Address: Natick, MA 01760, USA
- Zip Code: 01760
- Country: USA
- Zip Code: 01760
- Record
- SN07591533-F 20250917/250915230052 (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 |