Opportunity

SAM #FA700026Q0038

USAF Academy Emergency Management Threat Detection Grid Upgrade – Sources Sought

Buyer

10th Contracting Squadron

Posted

April 27, 2026

Respond By

May 08, 2026

Identifier

FA700026Q0038

NAICS

334511, 334519

The United States Air Force Academy (USAFA) 10th Contracting Squadron is seeking information from potential suppliers for an Emergency Management Threat Detection Grid (TDG) Upgrade. - Government Buyer: - United States Air Force Academy (USAFA), 10th Contracting Squadron - OEMs and Vendors: - Honeywell (AreaRAE Pro multi-gas detection platform, Safety Suite Responder software) - Mirion Technologies (AccuRad Personal Radiation Detector) - Products/Services Requested: - Honeywell AreaRAE Pro Wireless Multi-Gas Detection Platform - Sensors for VOCs, toxic industrial chemicals (CO, H2S, Cl2, NH3, SO2, HCN), flammable gases (LEL), and oxygen - Wireless communication (~900 MHz), GPS, ruggedized, 16+ hours battery, solar charging - Sensor packages for multi-gas detection (O2, LEL, PID, CO, H2S, Cl2, NH3, SO2, HCN, CO2) - RAEMEt Sensor Kit (W01-0302-000) for meteorological data - RAE Pump Replacement Kit (W01-3002-000) - ISM Freewave 900 Antenna (029-7004-000) - Solar charging modules for AreaRAE Pro - AccuRad Personal Radiation Detector (PRD) for gamma radiation detection - Safety Suite Responder 5-year subscription (incident management software) - Unique/Notable Requirements: - Equipment must support wireless communication, ruggedized field use, and integration with Safety Suite Responder software - 5-year software subscription required - Delivery to USAF Academy, Colorado - Small business set-aside under NAICS 334519 - Firm-fixed price contract - All equipment must meet detailed technical specifications for emergency management and threat detection

Description

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 States 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 replacement consumables (filters, cartridges, and calibration-related components)

The required equipment must possess the following salient characteristics:

1. Multi-Gas Area Monitoring Systems (Honeywell AreaRAE Pro Wireless Gas Detector)

Honeywell AreaRAE Pro is a transportable, multi-gas detection platform designed for continuous, real-time monitoring of hazardous atmospheres in outdoor and operational environments. It supports simultaneous detection of at least six gases through interchangeable sensors, including: A photoionization detector (PID) with a minimum 10.6 eV lamp for VOCs Electrochemical sensors for toxic chemicals (CO, H₂S, Cl₂, NH₃, SO₂, HCN) A catalytic bead sensor for flammable gases (0-100% LEL) An oxygen sensor (0-30%)

The system must provide: Real-time monitoring with response times ≤30 seconds Integrated audible, visual, and vibration alarms Wireless communication on a minimum 900 MHz frequency (or equivalent) Remote data transmission, mesh or peer-to-peer networking Integration into a centralized monitoring system GPS or equivalent location tracking Support for meteorological inputs (wind speed and direction) Ruggedized for field deployment Operation within -20°C to 50°C Minimum 16 hours of battery life, with external power options including solar charging

Specific Sensor Requirements

Core Atmospheric Monitoring Sensors: Oxygen (O₂): detection range 0-30% Lower Explosive Limit (LEL): detection range 0-100% LEL Photoionization Detector (PID): Minimum 10.6 eV lamp Detection range 0-2000 ppm VOCs

Toxic Industrial Chemical Sensors (Electrochemical or Equivalent): Carbon Monoxide (CO): 0-500 ppm Hydrogen Sulfide (H₂S): 0-100 ppm Chlorine (Cl₂): 0-50 ppm Ammonia (NH₃): 0-100 ppm Sulfur Dioxide (SO₂): 0-20 ppm Hydrogen Cyanide (HCN): 0-50 ppm Carbon Dioxide (CO₂): up to 50,000 ppm

Performance Requirements: Sensors response time ≤30 seconds Sensors industry-standard electrochemical or equivalent technology Compatibility with existing detection platforms

Sampling and Support Equipment Sensor packages measuring meteorological data (RAEMEt Sensor Kit, W01-0302-000) Motorized replacement pumps (RAE Pump Replacement Kit, W01-3002-000) Replaceable tubing, probes, and fittings compatible with existing platforms

Communications & Remote Monitoring External antenna systems (Antenna, ISM, Freewave 900, 029-7004-000) Radio frequency supporting long-range communication (~900 MHz) Extended range communication for wide-area grids Mesh networking support Reliable connectivity in various terrains

Power / Field Sustainment (Solar Charging Modules for AreaRAE Pro) Self-sustaining power solutions for outdoor operation Solar charging systems for extended deployments Support for battery recharge under variable environmental conditions Flexible deployment options (pole-mounted, fence-mounted, mobile) Operation in cold weather (-20°C or lower) Weather-resistant components

General Requirements Integration with existing incident management software (Safety Suite Responder) Includes a 5-year subscription to Safety Suite Responder Provision of technical documentation

2. Radiological Detection Devices (AccuRad PRDs)

The AccuRad Personal Radiation Detector (PRD) provides continuous, real-time gamma dose rate and cumulative dose measurements. It must operate across a broad measurement range and be wearable for personnel monitoring. Features include: Detection of gamma radiation (~50 keV to ≥10 MeV) Real-time dose rate measurement (background to ≥1000 mSv/hr) Cumulative dose measurement (at least 10 Sv) Configurable alarms (audible ≥85 dB, visual, vibration) Extended operation (~200 hours) with standard batteries Environmental resistance (-20°C to 50°C, shock, vibration) Compliance with ANSI N42 and IEC 61526 standards

The contract will be a firm-fixed price, FOB Destination to USAF Academy, CO 80840. Market research aims to assess interest and capability of potential sources.

Interested and qualified sources should submit information via email to: Katlyn Blacksten, Contract Specialist: katlyn.blacksten@us.af.mil Cierra Fitzgerald, Contracting Officer: cierra.fitzgerald.1@us.af.mil Responses are due no later than 1400 MDT 08 May 2026. The response should not exceed 5 pages.

The government requests interested parties submit the following information: Company name, address, point of contact, phone, email, CAGE/UEI Brief description of business size (revenues, employees) Small business status (e.g., 8(a), HUBZone, veteran-owned, woman-owned) Anticipated teaming arrangements Similar products/services offered Primary source of business (commercial or government) Estimated pricing (for market research only)

Interested firms should submit a capabilities package demonstrating their ability to meet the requirements, including company identifiers (UEI, CAGE), and indicate if foreign-owned. The package should be brief, clear, and include product specs and examples of commercial sales.

Note: All contractors must be registered in SAM (www.sam.gov) prior to award per FAR 52.204-7.

Questions can be directed in writing via email to: Cierra Fitzgerald, cierra.fitzgerald.1@us.af.mil Katlyn Blacksten, katlyn.blacksten@us.af.mil

This notice is for information and planning only. It does not constitute a solicitation or guarantee a contract. All submitted information is voluntary and subject to change. Future updates will be posted on www.sam.gov. Interested parties should ensure they have the latest information regarding this acquisition.

View original listing