Massachusetts Bids > Bid Detail

RFI - Transportable Patient Biocontainment, Isolation, and Quarantine Systems

Agency:
Level of Government: Federal
Category:
  • 42 - Fire Fighting, Rescue, and Safety Equipment
Opps ID: NBD00159247948919902
Posted Date: Sep 18, 2023
Due Date: Oct 11, 2023
Source: https://sam.gov/opp/bc17fd0201...
Follow
RFI - Transportable Patient Biocontainment, Isolation, and Quarantine Systems
Active
Contract Opportunity
Notice ID
RFI-TransportablePatientBiocontainmentIsolationAndQuarantineSystems
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-APG
Office
W6QK ACC-APG NATICK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Sep 15, 2023 09:10 am EDT
  • Original Published Date: Sep 11, 2023 02:36 pm EDT
  • Updated Response Date: Oct 11, 2023 05:00 pm EDT
  • Original Response Date: Oct 11, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Oct 26, 2023
  • Original Inactive Date: Oct 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4240 - SAFETY AND RESCUE EQUIPMENT
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Natick , MA 01760
    USA
Description View Changes

Synopsis: The purpose of this Sources Sought Announcement is to assist the Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN P) to identify potential sources to provide transportable biocontainment, isolation, and quarantine systems – or components that are utilized in these systems (e.g., HEPA filtration/blower system, shelter systems, biohazard waste management) – that allow for the containment of infectious patients aboard ships, aircraft, wheeled vehicles, and field deployable systems and prevent the spread of biological threats to the surrounding area.





The U.S. Government requests that responses be submitted via email ONLY to Brian Liska at brian.liska@usmc.mil no later than 11 OCT 2023 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, the U.S. Government (JPM CBRN P) is in need of patient biocontainment, isolation, and quarantine systems that are transportable, modular, and possibly scalable to use in ships (e.g., LHD 1 Class amphibious assault ships and DDG 51 Class guided missile destroyers), aircraft (e.g., C-130 Hercules and CH-53 Sea Stallion), wheeled vehicles (e.g., military and civilian ambulances), and field deployable systems (e.g., soft or hard walled shelters) to control and prevent the spread of biological threats (biothreats). Due to unique requirements and integration considerations for each platform, the U.S. Government anticipates that there will be separate systems for ships, aircraft, wheeled vehicles, and field deployable systems; however, a single system that can be used on more than one platform is desirable. Additionally, utilizing common components when applicable on the systems such as, but not limited to, HEPA filtration/blower systems, communication equipment, entry/exit vestibules, and biohazard waste management systems is ideal.





Description: The biocontainment, isolation, and quarantine systems must be transportable, modular, and possibly scalable; allow for safe treatment of the patients by medical personnel; and prevent the spread of biothreats to the surrounding area. The patient capacity for each system will vary based on Services (Navy, Army, Air Force) and mission requirements, but could be as few as one patient and as many as forty patients. Higher capacity systems should have at a minimum: HEPA filtration of exhaust air; negative pressure inside the biocontainment, isolation, and quarantine area; self-contained toilet(s) and sink(s); communication equipment; biohazard waste management; entry/exit vestibules; and climate control. The ability to complex two or more higher capacity systems is also desirable. Single patient and lower capacity systems should have at a minimum: HEPA filtration of exhaust air; negative pressure inside the biocontainment, isolation, and quarantine area; biohazard waste management; air and ground transportable; and the ability to access the patient for treatment (e.g., glove ports). JPM CBRN P is also interested in components that would be utilized in these systems such as entry/exit vestibules, HEPA filtration/blower systems, self-contained toilets and sinks, biohazard waste management systems, equipment disinfection, and personnel decontamination systems.





Programs: Three new start programs managed by JPM CBRN P are planned to begin in Fiscal Year (FY) 2024 and will deliver all systems by the end of FY2029. The three programs are Shipboard Isolation System (SIS), Portable Patient Transport System (PPTS), and Bio-Containment Isolation System (BCIS). The SIS program will develop system(s) for ships; the PPTS program will develop system(s) for use on aircraft and wheeled vehicles; and the BCIS program will develop field deployable system(s). A notional concept of employment that incorporates these three programs is shown in Figure 1. As seen in the concept of employment, the U.S. Government is interested in systems that are interoperable and integrate seamlessly through common interfaces or features between the systems to provide an integrated layered defense against biothreats.





Please see attachment Figure 1. Notional Concept of Employment





Government Furnished Property: None





Responses: Interested parties are invited to submit a response to this Sources Sought Announcement.





This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought 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 Sources Sought Announcement 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 Sources Sought Announcement 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 Sources Sought Announcement 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 requirement to JPM CBRN P via e-mail ONLY to Brian Liska at brian.liska@usmc.mil no later than 11 OCT 2023 by 5:00 p.m. EST. Please include the following information in the white paper:





  • Business size (indicate your socioeconomic status)




  • Applicable NAICS code







  • CAGE code




  • Intended platform for the system (i.e., ship, aircraft, wheeled vehicle, and/or field deployable system)




  • System description




  • System image(s)




  • Concept of employment on the intended platform(s)







  • Technical specifications (e.g., size, weight, power, filtration)




  • Procurement cost




  • Procurement lead time




  • Location of production facility




  • Sustainment cost







  • Shelf life




  • Service life




  • Is the equipment fielded commercially? If yes, please provide the company/organization name, point of contact, fielding date, number of systems fielded, and the intended user (e.g., first responders, medical personnel, non-medical personnel).




  • Is the equipment fielded to any government agencies? If yes, please provide the agency name, point of contact, fielding date, number of systems fielded, and the intended user (e.g., first responders, medical personnel, non-medical personnel).







Please answer as many of the following questions as possible in the white paper for JPM CBRN P to better understand your system:





  • If the system has not been fielded yet, but is intended for use by the Department of Defense, what is the current Technology Readiness Level (TRL)?




  • How tailorable/scalable is the system to meet changing needs?




  • Can a demonstration of the system be provided?




  • What military specifications (e.g., MIL-STD, MIL-PRF, MIL-DTL) and/or commercial specifications (e.g., ASME, ANSI) does the system meet or tested to?







  • What are the operating conditions for the system (e.g., indoor/outdoor use, temperature, humidity)?




  • What are the storage conditions for the system (e.g., temperature, humidity)?




  • Are any of the system components sourced outside of the United States?




  • What consumables are required for operating the system?




  • How many people are required to setup the system?







  • How many people are required to operate the system?




  • What system components require maintenance? What is the periodicity?




  • Do any system components utilize PFAS chemicals (perfluoroalkyl and polyfluoroalkyl substances) or other environmentally damaging/prohibited chemicals in their construction?




  • Have users evaluated the system? If yes, have lessons learned been incorporated into the design of the system?







The U.S. Government will not pay for any information or administrative cost incurred in response to this Sources Sought Announcement. All costs associated with responding to this Sources Sought Announcement 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 11 OCT 2023. Please allow five 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 Sources Sought Announcement.





Amendment 001 to answer questions:



Question 1: [12 SEP 2023] Can you inform me if this is a new requirement or a follow-on to an existing contract? If the latter, can you provide me with the Contractor Name and Contract #?



Answer 1: This Sources Sought Announcement is for three new programs scheduled to start in Fiscal Year 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • 10 GENERAL GREENE AVE
  • NATICK , MA 01760-5011
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >