Opportunity

SAM #F3Y0AA6056AW01

Hazardous Materials Detection Equipment Supply for Tinker AFB Fire Department

Buyer

AFSC PZI Ob

Posted

April 21, 2026

Respond By

May 20, 2026

Identifier

F3Y0AA6056AW01

NAICS

334511

This opportunity is for a small business to supply a comprehensive package of hazardous materials detection equipment components to the Tinker Air Force Base Fire Department. - Government Buyer: - Air Force Sustainment Center (AFSC/PZIOB), Tinker Air Force Base, Oklahoma - OEMs and Vendors: - RAE Systems (primary OEM for MultiRAE and ToxiRAE Pro monitors and accessories) - Additional OEMs may be required for calibration gases and sensor modules - Products/Services Requested: - Calibration gases (Four-Gas Mix, Hydrogen Cyanide, Chlorine, ISO Calibration Gas) - Part numbers: 600-0050-070, 610-0057-100, 610-0056-100, 600-0002-000 - Quantities: 2-4 units per gas type - Sensor modules (Hydrogen Sulfide, Hydrogen Cyanide, Chlorine, PID, LEL, Carbon Monoxide) - Part numbers: C03-0907-001, C03-0949-000, C03-0978-000, C03-0912-001, C03-0911-000, C03-0906-000 - Quantities: 1-5 units per sensor type - Cradles for AutoRAE 2 (MultiRAE Pumped and ToxiRAE Pro) - Part numbers: T02-0103-000, T02-0003-000 - Quantities: 2-4 units - Rechargeable Li-ion batteries - Part number: M01-3053-000 - Quantity: 5 units - Unique/Notable Requirements: - All items must be compatible with existing RAE Systems MultiRAE and ToxiRAE Pro monitors - Supply package must source from multiple OEMs to ensure full compatibility - Small business set-aside; only vendors with NAICS 334511 are eligible - Delivery of a complex bill of materials for operational readiness - Place of Performance: - Tinker Air Force Base, Oklahoma - Contracting office located at 7799 Arnold Ave Bldg 3, First Floor, Tinker AFB, OK 73145-9125

Description

This RFQ is being issued on SAM.gov as a small business set aside. The Air Force Sustainment Center (AFSC/PZIOB) at Tinker Air Force Base Oklahoma intends to award to a small business.

The 72 ABW/CEXF, Tinker Fire Department requires a single vendor to provide a comprehensive and consolidated supply package for the refurbishment of its existing inventory of multi-vendor hazardous material detection equipment. This equipment includes, but is not limited to, RAE Systems MultiRAE and ToxiRAE Pro monitors.

The government's essential requirement is for a logistical and supply service from a single source capable of procuring and delivering a complex bill of materials sourced from numerous, distinct Original Equipment Manufacturers (OEMs). This approach is necessary to ensure component compatibility, streamline procurement, and guarantee the operational readiness of critical life-safety equipment.

The primary performance requirement is for a single vendor to provide a logistical and supply service that consolidates a comprehensive package of multi-vendor components. 

The required supplies to be provided under this service include, at a minimum, the following OEM-specific components:

Four-Gas Calibration Mix, 58L (P/N: 600-0050-070 or equal): 4 ea

Hydrogen Cyanide Calibration Gas, 34L (P/N: 610-0057-100 or equal): 4 ea

Chlorine Calibration Gas, 34L (P/N: 610-0056-100 or equal): 2 ea

Hydrogen Sulfide (H2S) Sensor (P/N: C03-0907-001 or equal): 4 ea

Hydrogen Cyanide (HCN) Sensor (P/N: C03-0949-000 or equal): 5 ea

Chlorine (Cl2) Sensor Module (P/N: C03-0978-000 or equal): 2 ea

ToxiRAE Pro AutoRAE 2 Cradle (P/N: T02-0003-000 or equal): 2 ea

PID Sensor Module (P/N: C03-0912-001 or equal): 5 ea

MultiRAE Pumped AutoRAE 2 Cradle (P/N: T02-0103-000 or equal): 4 ea

ISO Calibration Gas, 34L (P/N: 600-0002-000 or equal): 4 ea

LEL Sensor Module (P/N: C03-0911-000 or equal): 1 ea

Carbon Monoxide (CO) Sensor (P/N: C03-0906-000 or equal): 1 ea

Rechargeable Li-ion Battery (P/N: M01-3053-000 or equal): 5 ea

ELIGIBILITY

The applicable NAICS Code for this requirement is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing with a Small Business Size standard of 1,350 employees. The Product/Service Code (PSC) for this effort is 6665 - Hazard-Detecting Instruments and Apparatus – Security and Protection — Security Systems as a Product/Commodity. This NAICS is the only applicable NAICS for this effort. To be considered for award, Contractor must have this NAICS on their profile. If it is not on Contractor's profile, request it to be added

SUBMISSION DETAILS

Interested businesses are requested to submit a capabilities statement of no more than six (6) pages in length in Times New Roman font of not less than 12 pitch.

Interested businesses should submit a brief capabilities statement package that shall address, at a minimum, the following items:

1.) What type of work has your company performed in the past in support of the same or similar requirement? This should include the contract number, organization supported, indication of whether as a prime or subcontractor, contract value, Government point of contact, and a brief description of how the referenced contract relates to the products described.

2.) Can or has your company managed a task of this nature? If so, please provide details.

3.) What specific technical skills does your company possess which ensure capability to perform the tasks outlined in the description?

4.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described.

5.) Provide a statement including current small status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc. Also indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concern.

6.) Any Contract vehicles that would be available to the Government for the procurement of the product and service, to include GSA Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.)

In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications and ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14).

View original listing