Opportunity
SAM #USAFAWearablePerformanceMonitoringRingDevicesRFI
Sources Sought for Wearable Performance Monitoring Ring Devices for USAF Academy Cadets
Buyer
10th Contracting Squadron
Posted
April 02, 2026
Respond By
April 16, 2026
Identifier
USAFAWearablePerformanceMonitoringRingDevicesRFI
NAICS
334510, 334519, 339920
The U.S. Air Force Academy is seeking sources for wearable smart ring performance monitoring devices for cadet use. - Government Buyer: - U.S. Air Force Academy (USAFA), Dean of Faculty Department of Biology (DFBI) - Contracting office: 10 CONS LGC - Products/Services Requested: - 50 wearable smart ring devices for biometric monitoring - Sizes and quantities: - Size 6: 8 units - Size 7: 8 units - Size 8: 8 units - Size 9: 8 units - Size 10: 8 units - Size 11: 3 units - Size 12: 3 units - Size 13: 2 units - Size 14: 1 unit - Size 15: 1 unit - Enterprise software solution to aggregate and analyze data from all devices in a single instance - Key Technical Requirements: - Devices must measure: blood oxygen, heart rate and variability, body temperature, movement/activity, respiratory rates, sleep quality and quantity - Minimum 75% agreement with polysomnography sleep lab tests - Rechargeable batteries with at least 5-day life - Software must be included for the lifetime of the ring, with no AI features - Devices and software must be transferable between users - Enterprise-level data aggregation required - Delivery Location: - USAF Academy, Colorado - Unique Requirements: - No AI features in software - Enterprise data aggregation and transferability between users - No specific OEMs or vendors named in the notice
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. Funds are not presently available for this requirement. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The North American Industry Classification System (NAICS) Code proposed is 339920 – Sporting and Athletic Goods Manufacturing. The size standard is 750 employees. The proposed contract is contemplated as a firm-fixed price contract.
The United States Air Force Academy (USAFA) Dean of Faculty Department of Biology (DFBI) has a requirement for 50 wearable smart ring performance monitoring devices for use by Cadets in order to measure biometric data and provide insights into human performance and quality and quantity of sleep. The devices must meet the following salient characteristics:
The devices must be wearable technology capable of accommodating the following ring sizes: Ring size 6: qty of 8 Ring size 7: qty of 8 Ring size 8: qty of 8 Ring size 9: qty of 8 Ring size 10: qty of 8 Ring size 11: qty of 3 Ring size 12: qty of 3 Ring size 13: qty of 2 Ring size 14: qty of 1 Ring size 15: qty of 1 The devices must have the capability of measuring the following biometric data: Capability to measure blood oxygen levels; Capability to measure heart rate and heart rate variability; Capability to measure body temperature variations; Capability to measure movement and activity; Capability to measure respiratory rates; and Capability to measure quantity and quality of sleep. Data collected from this technology must provide a minimum of 75% agreement with a polysomnography sleep lab test. The devices must have a rechargeable battery solution with a battery that lasts a minimum of 5 days. The ring devices must come with access to all inherent software necessary to utilize the above functions for the entire lifetime of the ring. The associated software shall not have any AI features or capabilities. The ring devices and any inherent software should be easily transferrable to new users. USAFA requires an enterprise software solution to be utilized in conjunction with the smart ring devices that can collect and analyze data from all the devices into a single instance, thereby allowing the data from the entire fleet of rings to be easily researched and studied. All the ring devices must be able to connect to this enterprise software application and not to the individual user, thereby allowing easy transfer of a device from person to person after the completion of each research study.
Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date.
Delivery is 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. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman[1]owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial services related to this effort. Indicate in your capabilities package if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying.
Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort.
If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 5 pages.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Email your responses to Amy Krause, Contract Specialist, at amy.krause.1@us.af.mil AND Nicole Cibula, Contracting Officer, at nicole.cibula@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 10:00 AM MDT on 16 April 2026.
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.