Opportunity

SAM #FA700026Q0015

USAF Academy Meteorological Services – Sources Sought

Buyer

10th Contracting Squadron

Posted

April 10, 2026

Respond By

April 16, 2026

Identifier

FA700026Q0015

NAICS

541990, 541620

The United States Air Force Academy (USAFA), under the Department of Defense and Department of the Air Force, is seeking information from potential sources for a future contract to provide comprehensive Meteorological Services. - Government Buyer: - United States Air Force Academy (USAFA), 306th Flying Training Group - Contracting office: FA7000 10 CONS LGC, USAF Academy, Colorado - OEMs and Vendors: - No specific OEMs or vendors are mentioned in the solicitation or attachments - Products/Services Requested: - Non-personal services contract for continuous meteorological services - Weather forecasting, observing, briefing, training, and supervision - Support for USAFA flying training squadrons and airfields (KAFF, KABH, Aardvark Airstrip) - 24/7 operations - Deliverables include Surface Weather Observations, Terminal Aerodrome Forecasts (TAF), Pilot Reports (PIREPs), Mission Execution Forecasts (MEFs), and weather briefings - Contractor must provide all management, labor, personnel, equipment, supplies, transportation, tools, materials, and supervision - Unique or Notable Requirements: - Compliance with Air Force and FAA standards - Emergency and severe weather procedures - Contractor training and security requirements - Support for multiple airfields and integration with mission and staff operations - Contract Structure: - Firm-fixed price contract - One-year base period with four one-year option periods - Potential Small Business set-aside - Place of Performance: - USAF Academy, CO 80840 - USAFA Airfield (Davis Airfield, ICAO: KAFF) - Bullseye Auxiliary Airfield (ICAO: KABH, FAA ID: CO90, Ellicott, CO) - Aardvark Airstrip (approx. 4 miles north of USAFA Airfield)

Description

SOURCES SOUGHT:  This is a SOURCES SOUGHT (SS) and REQUST FOR INFORMATION (RFI) for the upcoming USAFA Meteorological Services acquisition.  This SS/RFI 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/RFI. Information provided in response to this SS/RFI is strictly voluntary. There will be no compensation from the Government for the information provided.  A formal solicitation may be executed at a future date.  

The North American Industry Classification System (NAICS) Code proposed is 541990:  All Other Professional, Scientific, and Technical Services.  The size standard is $19,500,000.  The proposed Product and Service Code (PSC) is R427 - Weather Reporting/Observation Services.  The Government is considering a Small Business set-aside for this acquisition.  The proposed contract is contemplated as a firm-fixed price contract for a one-year base period with four one-year option periods. 

This requirement is for non-personal services contract to provide Meteorological Services to the United States Air Force Academy (USAFA).  The contractor shall provide continuous weather operations support to include weather forecasting, observing, briefing, training, supervision, and any items and services necessary to perform full meteorological services for all customers listed in the Performance Work Statement (PWS).

The current PWS is attached for reference only.  

Requested Information: 

Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, Small Business Designation, and System for Award Management (SAM) expiration date.  Provide past performance on similar meteorological services, as well as Federal Contract numbers as applicable.    Any other comments/recommendations that the Government should consider for this requirement.  

The performance location is on USAF Academy, CO 80840. 

Market research is being conducted to determine the interest and capability of potential sources for the requirement.  The Government requests interested parties submit a brief description of their company's information, anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers.  All interested vendors shall submit a capabilities package that explicitly demonstrates company capabilities, indicating examples of commercial services related to this effort.  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. The contractor is required to provide all management and labor required for the services listed in the attached PWS.  The contractor is also responsible for providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Meteorological Services as defined in the PWS.  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 10 pages. 

Please note:  All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.  In accordance with Revolutionary FAR Overhaul (RFO) 52.204-7, System for Award Management (SAM), lack of registration in SAM will make an offeror ineligible for contract award.  The website for registration is www.sam.gov. Email your responses to:  

Kenneth Jackson Contract Specialist kenneth.jackson.30@us.af.mil

AND

April Delobel Contracting Officer  april.delobel.1@us.af.mil 

Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN:  16 Apr 2026 at 2:00 PM MDT.

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.  

View original listing