This Call for solutions is for Shipboard Isolation Systems (SIS)

Project ID: W911QY-26-S-SBIS-01 FederalOpportunitiesPresolicitation
Overview
AgencyACC Aberdeen Proving Ground
Deadline05/19/26
Posted05/13/26
Estimated Value$2,000,000 - $10,000,000 (AI estimate)
Set AsideNone
NAICS339113 - Surgical Appliance and Supplies Manufacturing
PSC4240 - Safety And Rescue Equipment
LocationStafford, VA United States
Description
Primary Latest Change

Posted: March 11, 2026, 4:59 p.m. EDT

Summary (Newest Update)

Background The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) is issuing this Call for Solutions (CFS) under the authority of 10 U.S.C. § 4022, aimed at developing a Shipboard Isolation System (SIS). The SIS program seeks to rapidly test and evaluate viable solutions to mitigate, contain, and prevent the spread of communicable diseases on United States Navy vessels. This initiative aligns with the Navy's priorities for isolation capabilities for personnel experiencing symptoms of communicable diseases or who have been exposed to biological threats. The goal is to provide a system that can effectively isolate or quarantine individuals aboard various ship classes, ensuring comprehensive protection against biological threats. Work Details The contract involves the development and delivery of prototypes for a Shipboard Isolation System (SIS) that meets specific requirements outlined in the Statement of Objectives (SOO). Key specifications include: - **Operational Size**: Must fit a standard hospital ICU bed. - **Weight**: Individual components must comply with MIL-STD-1472 lifting limits. - **Patient Access**: Visibility from head-to-foot and glove ports for caregiver access. - **Power Requirements**: Compatibility with 120V power. - **Biocontainment**: Maintain a negative pressure differential of 0.01 inches of water gauge and achieve 12 air changes per hour with HEPA filtration at 99.97% efficiency for particles at 0.3 microns. - **Shipboard Adaptability**: Stability during maritime conditions with provisions to secure the system. - **Packaging and Storage**: Compliance with MIL-STD-2073-1; storage containers must fit through quick acting watertight doors (26 inches wide x 66 inches tall). - **FDA Compliance**: The system must acquire FDA 510(k) clearance. Place of Performance The prototypes will be developed and tested in locations designated by the U.S. Army and U.S. Navy, specifically focusing on shipboard environments.

Current: Posted: May 13, 2026, 5:03 p.m. EDT This Call for solutions is associated with the Army's Open Solicitation, W9128Z-25-S-A002. Please see the referenced link for more information. (https://sam.gov/opp/476c4481dc56499c9b1d9c6a9ce745a9/view). Call for Solutions (CFS) Number: W911QY-26-S-SBIS-01 Issuing Office: U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Contracting Division (NCD) Date Issued: March 11, 2026 New Question and answers are highlighted Shipboard Isolation System (SIS) This Call for Solutions (CFS) is issued under the authority of 10 U.S.C. 4022, Authority of the Department of Defense to carry out certain prototype projects, against the Army Open Solicitation (AOS) W9128Z-25-S-A002. The Government intends to award multiple Prototype Other Transaction (OT) Agreements to the offerors whose Solution Briefs are determined to be most advantageous to the Government based on the evaluation criteria outlined in Section D. This CFS invites interested parties to submit a Solution Brief for a prototype SIS. The details can be found in Attachments: Call for Solutions (CFS) SIS - Final DRAFT 11MAR2026.. and SOO SIS_Final Draft 11MAR2026. Inquiries and Questions All inquiries must be submitted via email to both POCs NLT 1700 Eastern Time on 08 May 2026. Each Offeror shall submit only one consolidated set of questions. Questions received after the deadline may not be answered. If an Offeror identifies a potential error, omission, or other issue in the drafft Call for Solutions, the Offeror must notify the Government POCs in writing during the question period. The notification must include supporting rationale and any recommended remedies for the Government's consideration. Communication Protocol - All communications concerning this competition shall be in writing and directed exclusively to the Government POCs identified below. Unauthorized contact with other Government personnel regarding this competition may constitute an Organizational Conflict of Interest (OCI) and result in the Offeror's exclusion from the competition. Agreements Officer: Peter Stahley (email: peter.w.stahley.civ@army.mil) Agreements Specialist: Christine Halamoutis (email; christine.m.halamoutis.civ@army.mil) Updated April 1, 2026 The government plans to post Questions and Answers (Q&A) that have been received for SIS by April 7, 20226. The draft CFS and SOO will be updated to remove "draft" and a final CFS due date will be posted. Updated April 8, 2026 Questions and Answers (Q&A) will be provided in the Q&A attachment The draft CFS and SOO have not been finalized, once they have been, they will be posted and marked as final. Updated May 5, 2026 The draft has been removed from this CFS and SOO, this is the finalized request for solution briiefs. The previously posted Q&A's has been updated and included as an attachment to this call. This CFS invites interested parties to submit a Solution Brief for a prototype SIS. The details can be found in Attachments: Call for Solutions (CFS) SIS - Final 05MAY2026.. and SOO SIS_Final 05MAY2026. Inquiries and Questions All inquiries must be submitted via email to both POCs NLT 1700 Eastern Time on 08 May 2026. Each Offeror shall submit only one consolidated set of questions. Questions received after the deadline may not be answered. If an Offeror identifies a potential error, omission, or other issue in the drafft Call for Solutions, the Offeror must notify the Government POCs in writing during the question period. The notification must include supporting rationale and any recommended remedies for the Government's consideration. Communication Protocol - All communications concerning this competition shall be in writing and directed exclusively to the Government POCs identified below. Unauthorized contact with other Government personnel regarding this competition may constitute an Organizational Conflict of Interest (OCI) and result in the Offeror's exclusion from the competition. Agreements Officer: Peter Stahley (email: peter.w.stahley.civ@army.mil) Agreements Specialist: Christine Halamoutis (email; christine.m.halamoutis.civ@army.mil) Responses are due: 19MAY20226 Updated Q&A 13MAY2026 See attachment - Updated Questions and Answers 13May2026 Attachment Newly added Q&A are highlighted Responses are due: 19MAY20226
Contacts
Contact nameChristine Halamoutis
Contact emailchristine.m.halamoutis.civ@army.mil
Contact phoneNone
Secondary contact namePeter W. Stahley
Secondary contact emailpeter.w.stahley.civ@army.mil
Secondary contact phoneNone
Same Region Opportunities

Bridge Replacement

Agency: Virginia Department of Transportation [VA]

Location: Virginia

NAICS: Not Provided