Rapid Multiplex PCR Fieldable Detection
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 Homeland Security (DHS) Countering Weapons of Mass Destruction Office (CWMD) is issuing a Request for Information (RFI) for Rapid Multiplex PCR Fieldable Detection capabilities. This RFI seeks market research on high throughput, fieldable, multiplexed PCR-based (or equivalent) devices capable of detecting five or more biological threat agents in under one hour in a field environment. Responses are due June 3, 2026.
Scope of Work / Requirements
DHS CWMD is seeking information on R&D solutions that can independently collect and process at least 30 samples serially. Key areas of interest include:
- Technology: Proposed PCR-based or equivalent technologies, including consumables, maintenance, and sensor density.
- Performance: Timeliness of detection/identification, high throughput sample processing, and confidence levels (sensitivity, specificity).
- Detection Scope: Types of agents (bacteria, viruses, fungi, toxins) and sample matrices (aerosol, water, soil) that can be detected.
- Operational Parameters: Required sample volume/concentration (LOD), acceptable false alarm/positive and false negative rates, and environmental operational resilience.
- Logistics: Cold chain requirements, logistical considerations, and the ability to archive samples.
- Cost & Timeline: Rough Order of Magnitude (ROM) cost estimate and general timeline duration for R&D.
Submission Details
- Method: Electronic submission to Ariana Thompson at Ariana.Thompson@hq.dhs.gov.
- Format: .docx, limited to 10 pages (inclusive of cover page).
- Required Information: Company details (name, phone, UEI, CAGE, POC, website), GSA contract info, socioeconomic status, description of capabilities and relevant experience, teaming/subcontracting plans, statement of ability to meet proposed Period of Performance (POP) or a feasible POP explanation, proposed method, timeline, and cost estimate for R&D, and any other relevant market research information.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research only)
- Response Due: June 3, 2026, by 5:00 PM ET
- Published: May 7, 2026
- Place of Performance: Springfield, VA, 22150, United States
Additional Notes
This RFI is for market research and planning purposes only; it is not a solicitation, and no contract will be awarded from this notice. Failure to respond will not preclude participation in future solicitations. The Government will not pay for response expenses, and all information received becomes Government property. Respondents should mark proprietary information, though the Government explicitly does NOT intend to receive proprietary, trade secrets, or confidential data.