SPECIAL NOTICE
99 -- Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Operational Support (JCOS)
- Notice Date
- 11/25/2025 7:04:09 AM
- Notice Type
- Special Notice
- Contracting Office
- W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
- ZIP Code
- 01760-5011
- Response Due
- 12/9/2025 2:00:00 PM
- Archive Date
- 12/24/2025
- Point of Contact
- Peter W. Stahley, Eric Y. Jun
- E-Mail Address
-
peter.w.stahley.civ@army.mil, eric.y.jun.civ@army.mil
(peter.w.stahley.civ@army.mil, eric.y.jun.civ@army.mil)
- Description
- General Information Document Type: Request for Information (RFI) NAICS Code(s): 541430 - Graphic Design Services; 541511 - Custom Computer Programming Services; 541512 - Computer Systems Design Services 541519 - Other Computer Related Services; 561110 � Office Administrative Services; 541715 - R&D in Physical, Engineering, and Life Sciences (except Nanotech & Biotech); 541820 - Public Relations Agencies; 928120 - International Affairs Product Service Code (PSC): AC12 - National Defense R&D Services; Department of Defense - Military; Applied Research; R708 - Support- Management: Public Relations Includes: Writing Services, Event Planning and Management, Media Relations, Radio and Television Analysis, Press Services; T001 - Photo/Map/Print/Publication- Arts/Graphics, Includes: Graphic Design Services; D302 - IT and Telecom � Systems Development AJ12 - General Science and Technology R&D Services; General science and technology; Applied Research; D307 - IT and Telecom � IT Strategy and Architecture R699 � Support: Administrative � Other R799 - Support- Management: Other Contracting Office Address: US Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division Bldg. 1 General Greene Avenue Natick, MA 01760 - 5011 This is a Request for Information (RFI) only. This is not an Invitation for Bids (IFB), Request for Quotations (RFQ), or Request for Proposals (RFP). This notice is published in accordance with Federal Acquisition Regulation (FAR) Parts 10.002 and 15.201 in support of market research. No award is intended as a result of this request as the Government has no intention to pay for information received. This RFI seeks insights, capabilities, and innovative approaches from qualified companies experienced in Chemical, Biological, Radiological, and Nuclear Defense (CBRND) to support the implementation of Executive Order 14222, �Implementing the President�s Department of Government Efficiency Cost Efficiency Initiative.� This Executive Order, signed on February 26, 2025, emphasizes reducing reliance on external consultants, subject matter experts (SMEs), and advisory and assistance services (A&AS) contracts when such functions can be performed by government personnel or through more cost-effective operational mechanisms. The Government is particularly interested in feedback related to operational support for the following areas: Test & Evaluation - Office of the Chief Engineer (OCE) Strategic Communications - HQ JPEO CBRND, DASD CBD, JPM SENSOR, and JPM Medical Office of the Chief of Engineers (OCE) Technical Support Enabling Biotechnologies (EB) and Defense Biological Product Assurance Office (DBPAO) Support Fielding Support for CBRN Integrated Early Warning (CBRN IEW) Joint Program Manager (JPM) CBRN Medical Support Countering Weapons of Mass Destruction (CWMD) Alliance Program Analytical Framework Development Foreign Military Sales (FMS) International Program Analyst Support Joint Enterprise Technology Tool (JETT) Maintenance Support POTENTIAL PERIOD OF PERFORMANCE: Base year of 23 March 2026 through 22 March 2027 + Four twelve-month Option Years SPECIAL REQUIREMENTS: This requirement requires a Top-Secret facility clearance, ensuring secure handling of sensitive information. At a minimum, contractor personnel must actively hold a Secret-level clearance, with additional requirements for Top Secret / Sensitive Compartmented Information (TS/SCI) clearance for specific tasks. These clearance levels are essential to maintaining operational security and safeguarding classified materials. Companies responding to this RFI should address the following questions and requests provided below. Company name, company address, Cage Code, point of contact, e-mail address, telephone number, fax number. State if the company has a Top-Secret facility clearance. Briefly describe your company�s experience supporting the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) or similar DoD organizations. State the company�s business size for each NAICS listed (i.e. large, small disadvantaged, veteran owned, woman owned, etc.). If the listed NAICS do not As part of this market research, the Government seeks industry input on the following: The suitability of NAICS Code listed in this RFI for the scope of work described in the PWS Alternative NAICS codes that may better align with the technical and functional requirements Any potential barriers to entry or performance based on the selected NAICS designation State whether your company holds any relevant contract vehicles (e.g., GSA MAS, OASIS Plus, CHESS, IDIQs) that could be used to support this effort and include the NAICs. After reviewing the attached PWS entitled �The Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO CBRND) Operational Support Service (JCOS)� please identify the labor categories (LCATs) you would propose to support this requirement What is the fully burdened hourly rate for each LCAT? Are the rates based on a specific contract vehicle or pricing schedule? If so, please specify. Are any of the proposed LCATs subcontracted or supported by teaming partners? What risks or challenges do you foresee in staffing or executing this scope, and how would you mitigate them? The responses to this RFI shall be unclassified. All assumptions, including any assumed Government support and Government-Furnished Property (GFP) that the firm would require to execute the work shall be clearly identified. All proprietary and restricted information shall be clearly marked. DISCLAIMER: This RFI is for planning purposes only and shall not be considered as an IFB, RFQ, or RFP. Additionally, there is no obligation on the part of the Government to acquire any supplies or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Army for planning and market research purposes. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government will not reimburse contractors or responders to this notice for any costs incurred in responding, or any subsequent exchange of information. All responses shall be no longer than five (5) pages and transmitted electronically to Contracting Officer, Peter W. Stahley, at e-mail peter.w.stahley.civ@army.mil, and Contract Specialist, Eric Y. Jun, at eric.y.jun.civ@army.mil no later than 5 p.m. ET on December 9, 2025. No telephone or facsimile requests will be accepted. Responses will not be returned nor will be considered by the Government as offers.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/557ce061c1804f5e8036dc865944faef/view)
- Record
- SN07651366-F 20251127/251125230038 (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 |