Loading...
FA700026Q0038
Response Deadline
May 8, 2026, 8:00 PM(MDT)10 days
Eligibility
Contract Type
Sources Sought
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This is a SOURCES SOUGHT (SS) for an upcoming USAFA Emergency Management Threat Detection Grid (TDG) Upgrade acquisition. This SS is for information and planning purposes only and does not constitute a solicitation or a commitment by the Government. DO NOT submit a quote or proposal in response to this SS. Information provided in response to this SS/Request for Information (RFI) is strictly voluntary. There will be no compensation from the Government for the information provided. This announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. A formal solicitation may be executed at a future date.
The USAFA 10th Contracting Squadron is requesting information from potential providers of Emergency Management Equipment. The Request for Quotation (RFQ) number is FA700026Q0038 and shall be used to reference any written responses to this source sought.
United Sates Air Force Academy (USAFA) anticipates a requirement that is being considered under a total small business set-aside program. The North American Industry Classification System (NAICS) Code proposed is 334519, Other Measuring and Controlling Device Manufacturing. The size standard is 600 employees. The contractor will provide transportation, equipment, materials and other items as needed. The result of this market research will contribute to determining the method of procurement.
Market research is being conducted on businesses capable of providing multi-gas detection platforms (AreaRAE Pros), sensor packages (LEL, O2, H2S, CO, CL2, NH3, SO2, CO2, PID), radiation detection devices (AccuRad PRDs), sampling and support accessories (RAE Pump Replacement Kit and RAEMEt Sensor Kit), communications equipment (ISM Freewave 900 antennas), solar charging modules for remote monitoring, and replacement consumables (filters, cartridges, and calibration-related components) for the United States Air Force Academy (USAFA) Civil Engineering Squadron.
The multi-gas detection platforms (AreaRAE Pros), sensor packages (LEL, O2, H2S, CO, CL2, NH3, SO2, CO2, PID), radiation detection devices (AccuRad PRDs), sampling and support accessories (RAE Pump Replacement Kit and RAEMEt Sensor Kit), communications equipment (ISM Freewave 900 antennas), solar charging modules for remote monitoring, and replacement consumables (filters, cartridges, and calibration-related components) must possess the following salient characteristics:
1. Multi-Gas Area Monitoring Systems (Honeywell AreaRAE Pro Wireless Gas Detector)
Honeywell AreaRAE Pro area monitoring system is a transportable, multi-gas detection platform designed for continuous, real-time monitoring of hazardous atmospheres in outdoor and operational environments. The system supports simultaneous detection of a minimum of six gases through the integration of interchangeable sensor technologies, including a photoionization detector (PID) with a minimum 10.6 eV lamp for volatile organic compounds (VOCs), electrochemical sensors for toxic industrial chemicals (CO, H₂S, Cl₂, NH₃, SO₂, HCN), a catalytic bead sensor for flammable gas detection across a range of 0 -100% LEL, and an oxygen sensor with a detection range of 0 -30%. The system must provide real-time monitoring with response times of ≤30 seconds and include integrated audible, visual, and vibration alarms. It must incorporate wireless communication capability operating on a minimum 900 MHz frequency (or equivalent) to enable remote data transmission, mesh or peer-to-peer networking between units, and integration into a centralized monitoring system for wide-area situational awareness. The system must support GPS or equivalent location tracking and be capable of integrating meteorological inputs (e.g., wind speed and direction) to support plume modeling and hazard assessment. The unit must be ruggedized for field deployment, operate within a temperature range of at least -20°C to 50°C, and provide a minimum of 16 hours of continuous battery operation, with the ability to connect to external power sources, including solar charging modules, for extended deployment. This capability is required to establish real-time monitoring grids, support incident response operations, and ensure responder safety during hazardous material incidents and large-scale events.
Specific Sensor Requirements
Core Atmospheric Monitoring Sensors:
Toxic Industrial Chemical Sensors (Electrochemical or Equivalent):
Performance Requirements:
Sampling and Support Equipment
Communications & Remote Monitoring
Power / Field Sustainment (Solar Charging Modules for AreaRAE Pro)
General Requirements
2. Radiological Detection Devices (AccuRad PRDs)
The AccuRad Personal Radiation Detector (PRD) is capable of providing continuous, real-time gamma dose rate and cumulative dose measurements to support emergency response and hazard assessment operations. The device must operate across a broad measurement range, from background levels up to high-dose environments, and provide rapid detection and indication of changing radiation conditions. The system must be wearable for continuous personnel monitoring and include integrated data logging, digital display of dose information, and wireless data transmission capabilities for integration with external devices or monitoring platforms.
The contract type will be a firm-fixed price contract. Delivery is Free on Board (FOB): Destination to USAF Academy, CO 80840. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.
Interested and qualified sources are requested to submit the following information to this office via electronic mail to Katlyn Blacksten, Contract Specialist, at katlyn.blacksten@us.af.mil AND Cierra Fitzgerald, Contracting Officer, at cierra.fitzgerald.1@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 1400 MDT 08 May 2026. The response must not exceed 5 pages.
The government requests interested parties submit the following information:
a. Company name, address, point of contact telephone number, e-mail address, CAGE/UEI;
b. Brief description of company’s business size (i.e. annual revenues and employee size)
c. Small business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business)
if any;
d. Anticipated teaming arrangements;
e. Description of similar products and services offered to the Government and to commercial customers;
f. Company’s primary source of business (commercial/private or Government sector);
g. What is your estimated pricing requirement? You will not be held to the price as it is for Government market research purposes only.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm.
Please note: In accordance with FAR 52.204-7, all contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database prior to award. The website for registration is www.sam.gov.
Any questions regarding this notice can be directed in writing via email to the following points of contact: Cierra Fitzgerald, Contracting Officer, 10 CONS, cierra.fitzgerald.1@us.af.mil AND Katlyn Blacksten, Contract Specialist, at katlyn.blacksten@us.af.mil.
This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation (FAR). The Government is conducting market research to determine the availability and adequacy of potential business sources in providing the capabilities to meet the requirements of the Government. This Sources Sought does not constitute a solicitation for bids or quotations, and it is not to be construed as a commitment by the Government. All information submitted by respondents to this request is strictly voluntary. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through www.sam.gov. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
U
S
AIR FORCE ACADEMY
FA7000 10 CONS LGC
FA7000 10 CONS LGC
ADMIN ONLY NO REQTN CP 719 333 4019
8110 INDUSTRIAL DR STE 200
USAF ACADEMY, CO, 80840-2303
NAICS
Other Measuring and Controlling Device Manufacturing
PSC
HAZARD-DETECTING INSTRUMENTS AND APPARATUS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)