M8 Chemical Detector Paper Development Prototype For Pre-Production Test and Evaluation
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 Department of the Army is soliciting Pre-Proposals (White Papers) under the CWMD BOTAA-24-01 for the M8 Chemical Detector Paper Development Prototype For Pre-Production Test and Evaluation. The objective is to develop and produce production-representative prototypes of a modernized M8 Chemical Detection Paper to improve detection of chemical warfare agents. Awards will be made via Other Transaction Agreements (OTA). Pre-proposals are due March 19, 2026, by 5:00 PM EST.
Purpose & Scope
This effort, managed by W6QK ACC-APG, seeks innovative solutions to modernize the M8 Chemical Detection Paper. The goal is to procure prototypes that meet or exceed the performance of the current M8 paper, providing Soldiers with more reliable tools for detecting chemical warfare agents in operational environments. This specifically addresses current M8 paper limitations, such as detecting A-series agents with unique colors and reducing confusion with other agent types.
Key Deliverables include:
- Production-representative prototypes capable of detecting and yielding four unique colors for four classes of agents (A, G, V, H).
- A complete Technical Data Package (TDP) documenting the entire manufacturing process.
- A detailed Development/Production Plan and Schedule.
- Monthly activity reports, preliminary specifications, and Safety Data Sheets (SDS) for all materials.
- Detailed cost estimates for various production quantities.
Contract Details
- Type: Other Transaction Agreement (OTA) authorized by 10 USC 4022, under the CWMD BOTAA-24-01. OTAs are generally not required to comply with the Federal Acquisition Regulation (FAR).
- Set-Aside/Eligibility: Eligibility for an award requires either significant participation from a nontraditional defense contractor or nonprofit research institution; or all significant participants (other than the Government) being small businesses or nontraditional defense contractors; or at least one-third of the project cost coming from non-Federal sources; or exceptional circumstances justifying the OTA for innovative business arrangements.
- Product Service Code: 6630 (Chemical Analysis Instruments).
- Place of Performance: Testing of prototypes will occur at Dugway Proving Ground, Utah.
Submission & Evaluation
This is a Request for Pre-Proposals (White Paper). Pre-proposals (maximum 11 pages) should detail the technology, scope, Work Breakdown Structure (WBS), qualifications, Technology Readiness Level (TRL)/Manufacturing Readiness Level (MRL), and anticipated cost. If a pre-proposal is deemed meritorious, the Government may issue a Request for Full Proposal (RFFP).
Full proposals will be evaluated based on technical merit, military and program relevance, TRL/MRL, project objectives, support of other government requirements, key personnel qualifications, facilities, budget/cost, best value, and past performance. Understanding Manufacturing Readiness Levels (MRLs), as outlined in the provided MRL Deskbook, is crucial for demonstrating manufacturing maturity and risk mitigation capabilities.
Timeline & Contacts
- Pre-Proposals Due: March 19, 2026, by 5:00 PM EST.
- Published Date: February 19, 2026.
- Submission: Electronically to Contracting Officer Marc Lukaszewicz (marc.s.lukaszewicz.civ@army.mil) and Contract Specialist Emily McGill (emily.c.mcgill.civ@army.mil).
- Questions: Related to the BOTAA may be sent to usarmy.apg.acc.mbx.jpeocbrnd-botaa@army.mil.
- Note: The Government will not reimburse contractors for costs incurred in responding. Prospective contractors must be registered in the System for Award Management (SAM).