Opportunity

SAM #W15QKN-26-Q-1BGD

Sources Sought: Integrated Blast Overpressure and Physiological Sensor System for Army Evaluation

Buyer

Department of the Army

Posted

March 26, 2026

Respond By

April 16, 2026

Identifier

W15QKN-26-Q-1BGD

NAICS

334510, 334513, 541715

The Army Contracting Command - New Jersey is seeking information from industry for advanced blast overpressure and physiological sensor systems for Army evaluation. - Government Buyer: - U.S. Army Contracting Command - New Jersey (ACC-NJ) - For: U.S. Army Combat Capabilities Development Command - Armaments Center, ESIC, Quality Engineering & System Assurance Directorate - Products/Services Requested: - Integrated device for simultaneous blast overpressure and physiological monitoring - Must measure: peak overpressure, positive phase duration, impulse - Physiological monitoring: heart rate, respiration, electrooculography (EOG), gait analysis, pulse oximeter (SpO2), electroencephalography (EEG) - Includes hardware, software, and firmware - Data collection and export capability - Technical documentation for device operation and configuration - Technical support during government-led verification, validation, and operational assessments - Unique Requirements: - Device must collect both blast and physiological data simultaneously - Full system delivery (hardware, software, firmware) - Support for government evaluation and testing - No specific OEMs, vendors, or part numbers are identified in the notice. - Place of performance and contracting office: Picatinny Arsenal, New Jersey

Description

GENERAL INFORMATION:            

The Army Contracting Command- New Jersey on behalf of U.S. Army Combat Capabilities Development Command-Armaments Center, ESIC, Quality Engineering & System Assurance Directorate, is issuing this sources sought notice as a means of conducting market research to identify potential sources with information interested in providing blast overpressure and physiological sensors for Government evaluation.

The anticipated North American Industry Classification System (NACIS) code assigned to this acquisition is 334510 Probes, electric medical, manufacturing and Product Service Code # 6515 Medical and Surgical Instruments, Equipment and Supplies.

Interested sources should be capable of providing the supplies/services listed under the following technical areas:

The contractor shall provide and deliver a device with integrated blast overpressure measurement and physiological monitoring system for Government evaluation.

 DESCRIPTION OF SERVICE/SUPPLY:

The contractor shall provide a hardware and software design incorporating blast overpressure sensing into a physiological monitoring device. The contractor shall provide blast overpressure sensor(s) that collect the entire time series of the blast at minimum include the peak overpressure, positive phase duration, and positive phase impulse. The device must not use an accelerometer to capture the blast overpressure data unless the device has been verified to capture all the blast parameters mentioned above. The physiological monitoring device must include the following capabilities: Heart Rate Respiration Electrooculography (EOG) Gate analysis Pulse oximeter (SpO2) Electroencephalography (EEG) The configuration must integrate blast overpressure sensors and associated signal conditioning so that physiological and blast data can be collected simultaneously. The contractor shall build and deliver a system including the firmware, software, hardware, and configuration needed to record, store, and export integrated physiological and blast overpressure data. The contractor shall provide technical information (e.g., basic interface descriptions, configuration instructions, and operating guidance) sufficient for the Government to use the devices in its own verification, validation, and operational assessments. The contractor shall provide technical support, as requested by the Government, to address issues discovered during Government-led verification and validation and to inform potential improvements for follow-on system generations.

DISCLAIMER

THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL TO BE SUBMITTED. IT DOES NOT CONSTITUTE SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. NO ENTITLEMENT TO PAYMENT BY THE GOVERNMENT OF DIRECT AND/OR INDIRECT COSTS AND/OR CHARGES SHALL ARISE AS A RESULT OF SUBMISSION OF INFORMATION IN RESPONSE TO THIS REQUEST. THE GOVERNMENT SHALL NOT PAY FOR ANY AND ALL INFORMATION AND/OR MATERIALS RECEIVED IN RESPONSE TO THIS REQUEST AND IS IN NO WAY OBLIGATED BY THE INFORMATION RECEIVED. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS RFI IS STRICTLY VOLUNTARY.

All interested and potential firms must be registered in the System for Award Management (SAM), and current firms must update once a year to maintain active status.  Whether applying for assistance awards, contracts, or other business opportunities, all entities are considered "registrants". Registration in no way guarantees that a contract or assistance award will be awarded.

SUBMISSION DETAILS

If your organization has the potential capacity to provide the required products/systems, please provide the following information:

Organization name, address, cage code, SAM Unique Entity ID, primary points of contact and their email address, website address, telephone number, and type of ownership for the organization; Indicate any active base contract such as an indefinite delivery, indefinite quantity, General Service Administration multiple award schedule, blanket purchase agreement… etc. that can be utilized by the Department of Defense – Army to procure the requirement. A tailored capability statement addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. The response shall depict how your organization (with any similarly situated subcontractors if you are a small business) can meet the outlined requirements detailed in the Requirements Section. If significant subcontracting or teaming is anticipated in order to deliver the technical capability, organizations should address the administrative and management structure of such arrangements. Please provide any feedback on the technical specifications within the Requirements Section of this notice. If a small business: Indicate if your organization would be capable and intend for at least 50 percent of the amount paid by the Government for contract performance to be performed by your organization and any similarly situated subcontractors (See FAR Clause 52.219-14).

Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Kwami Nyaku, in either Microsoft Word or Portable Document Format (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) with a page limit of 10 Pages (not to include drawings, sample test reports) via email kwami.nyaku.civ@army.mil no later than 2:00 p.m. Eastern Standard Time on April 16, 2026 and reference the synopsis number in subject line of e-mail and on all enclosed documents.

View original listing