DRAFT Biological Containment Isolation System (BCIS)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division, has issued a Draft Call for Solutions (CFS) for a Biological Containment Isolation System (BCIS) prototype. This effort, under the Army Open Solicitation (AOS) W9128Z-25-S-A002 and 10 U.S.C. § 4022 Other Transaction Authority (OTA), seeks innovative solutions for managing High-Consequence Infectious Disease (HCID) patients in austere environments. Solution Briefs are anticipated to be due by mid-May 2026.
Purpose & Scope
The primary goal is to develop a deployable, negative pressure Multi-Patient BCIS tent/shelter, preferably by adapting existing DoD tents like the USAF UTS TMT60. The system must rapidly isolate and treat infected individuals, manage disease control, and reduce transmission risks. Key performance thresholds include 0.01 In.w.g. negative pressure, 12 Air Changes per Hour (ACH), and 99.97% filtration efficiency for 0.3-micron particles. The system must be Berry Amendment compliant, reusable, and capable of accommodating at least five patients. Monitors for pressure loss are required.
Contract Details & Phased Approach
This is a multi-phase prototype project. Up to three (3) Prototype OTAs will be awarded for Phase I (TRL 6, delivery within 60-90 days), with a down-selection to up to two (2) contractors for Phase II (TRL 7). Successful completion may lead to a non-competitive follow-on production contract for up to 15 units. Cost will be a factor in the evaluation for the production phase. The Government strongly prefers Unlimited Rights for all technical data, software, and IP, with Government Purpose Rights (GPR) as the minimum acceptable.
Eligibility & Evaluation
This opportunity emphasizes significant participation from non-traditional defense contractors and/or small businesses, a foundational element of the acquisition strategy. Partnering is preferred. The submission process is two-step:
- Solution Brief: Max 15 pages, plus Supporting Data Package.
- Request for Solution Proposal (RSP): For invited offerors. Evaluation criteria for Solution Briefs include Technical Merit, Innovation & IP, and Non-Traditional/Small Business Participation.
Key Dates & Contacts
- Inquiries/Questions Due: April 1, 2026, 1700 ET.
- Solution Briefs Anticipated Due: Mid-May 2026.
- Agreements Officer: Dan Adams (dan.l.adams2.civ@army.mil)
- Agreements Specialist: Andrew R. Rhodes (andrew.r.rhodes10.civ@army.mil)