Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2026 SAM #8838
SOURCES SOUGHT

15 -- Request for Information (RFI) for Joint Project Manager for Chemical, Biological, Radiological and Nuclear Protection (JPM CBRN P) Autonomous Decontamination System (ADS)

Notice Date
2/4/2026 11:41:01 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
W6QK ACC-APG NATICK NATICK MA 01760-5011 USA
 
ZIP Code
01760-5011
 
Solicitation Number
RFI-forJointProjectManagerforChemicalBiologicalRadiologicalandNuclearProtection(JPMCBRNP)AutonomousDecontaminationSystem(ADS)
 
Response Due
2/20/2026 2:00:00 PM
 
Archive Date
03/07/2026
 
Point of Contact
John Sullivan, Veronica St. Claire
 
E-Mail Address
john.m.sullivan188.civ@army.mil, veronica.a.stclaire.civ@army.mil
(john.m.sullivan188.civ@army.mil, veronica.a.stclaire.civ@army.mil)
 
Description
This is a request for information (RFI) only for technologies which show potential for meeting the requirements described below. Technologies can be Commercial Off-the-Shelf (COTS) or developmental items. This is not a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB). It is a market research tool being used to determine the availability and adequacy of potential sources for planning purposes only. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information presented or the use of any such information. Requested Information The Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN P) is conducting a market survey to identify technologies for an Autonomous Decontamination System (ADS). The ADS Program Office will develop, procure, and field an automated and/or semi-autonomous capability that leverages robotics/drones to support chemical and biological warfare agent contamination mitigation operations of military vehicles, critical infrastructure, and terrain. The goal of the ADS is to allow squad-sized elements to provide a platoon-sized decontamination capability for critical mission equipment. Contamination mitigation operations are extremely resource-intensive in terms of time, logistics, and personnel. The ADS will reduce manpower and optimize resources required for decontamination operations while mitigating the risk of exposure of warfighters to Chemical and Biological Warfare Agents through robotic means. This RFI is specifically seeking information on tethered and untethered drones capable of spraying decontaminant and executing decontamination missions on military vehicles, terrain, and/or critical infrastructure and facilities. These systems should be transportable by, and potentially integrated with, various military vehicles (e.g., Light Medium Tactical Vehicle (LMTV) or Family of Medium Tactical Vehicles (FMTV)). ADS will be required to perform the following functions and may leverage drone technology to support any of these: Conduct a pre-wash of a contaminated vehicle or equipment with water. Execute precision contamination mapping, and/or leverage surface indication technologies to identify, digitize, and track the contamination footprint. Apply decontaminant to areas requiring decontamination, ideally leveraging the contamination footprint data to apply decontaminants precisely to areas. Conduct a post-wash with water and a post-decontamination assessment using existing/fielded detector technology, of previously contaminated assets. If a vendor has a product that meets the criteria, they shall submit a short summary (no more than 10 pages) briefly describing their product�s capabilities. The summary will need to include the following general information about the respondent: Company name and address Point of Contact (POC) with phone number Product Name Estimated cost per system and required post-procurement support/maintenance costs Please provide detailed information on the following aspects of your proposed technology: System Overview: Description of the overall system, its components (drone, ground control station, tether management, etc.), and its operational concept. Estimated Technology Readiness Level (TRL) and/or Manufacturing Readiness Level (MRL). Drone Platform Capabilities: Platform type (tethered, untethered, or hybrid) and specifications. Maximum flight time/endurance. Payload capacity (volume and weight). Operational range and data link performance/specifications. Navigation and positioning technology used (e.g., Global Positioning System (GPS), Real-Time Kinematic (RTK), Visual Simultaneous Localization and Mapping (V-SLAM)). Decontamination & Sprayer System: Description of the spraying mechanism (e.g., nozzle types, adjustable flow rate, pressure). Compatibility with various decontaminants, including solids, liquids, and foams (e.g. High Test Hypochlorite (HTH), M333 Joint General-Purpose Decontaminant for Hardened Military Equipment (JGPD-HME)). Method for conducting pre-wash and post-wash functions. Method for conducting post-decontamination assessment. Autonomy and Sensing: Description of the sensor suite used for navigation and obstacle avoidance. System's ability to conduct contamination mitigation operations autonomously, to include contamination mapping. Levels of autonomy available (e.g., fully autonomous, semi-autonomous with operator-in-the-loop, manual remote control). Logistics and Integration: Size and Weight: Overall system size and weight, including all components required for operation (drones, ground station, power modules, etc.). Power Requirements: A detailed breakdown of the system's power needs: Primary Power Source: Describe the primary power source for the entire system (e.g., self-contained generator, reliance on vehicle-drawn power, shore power). Power Specifications: Specify voltage, connection types, and peak/average power consumption. Detail compatibility with standard military vehicle 24V DC power sources. Battery-Powered Systems: For systems using batteries (for untethered flight or ground components), provide details on: Battery type, capacity, and operational life per charge. Quantity of batteries required for continuous or extended operations. Recharge time and charging station requirements (e.g., power source, size). Whether batteries are ""hot-swappable"" to enable continuous operation. Tethered Systems: For tethered drones, describe the power requirements for the ground power unit and tether management system. Transportability: Details on transportability and potential for integration with military platforms like LMTV or FMTV. Personnel & Time: Required setup/teardown time and personnel. Consumables: Description of required consumables. Interfaces: Details on all external proprietary interfaces or interfaces based on standards/specifications. Electromagnetic: Spectrum(s) reliance and survivability to electromagnetic pulses. Repairability and Maintainability: Description of ability for users in the field to repair and routinely maintain the system, whether proprietary parts are needed, and if support from the company is required. Operational Environment: Operating temperature range, weather limitations (wind, rain), and other environmental restrictions. Commercialization and Data Rights: Identify if the technology is considered Commercial Off-the-Shelf (COTS) or is currently used/developed by commercial or Government entities. Provide any data rights assertions or anticipated assertions. Point of Contact (POC) The Government requests that responses be submitted electronically to john.m.sullivan188.civ@army.mil and veronica.a.stclaire.civ@army.mil. Responses shall be received NLT COB 20 February 2026. Additional Information All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. POCs for this request are Mr. John Sullivan and Ms. Veronica St. Claire. Email your questions to the POCs at the following addresses: john.m.sullivan188.civ@army.mil and veronica.a.stclaire.civ@army.mil. *Attachment 0001 posted to answer questions*
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6651943caae14246ab107a13eb4d01a1/view)
 
Place of Performance
Address: Natick, MA 01760, USA
Zip Code: 01760
Country: USA
 
Record
SN07705150-F 20260206/260204230039 (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!  © 1994-2026, Loren Data Corp.