USAFA Emergency Management Threat Detection Grid Sources Sought
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Air Force Academy (USAFA) is conducting a Sources Sought for an upcoming Emergency Management Threat Detection Grid (TDG) Upgrade acquisition. This market research aims to identify qualified small businesses capable of providing advanced multi-gas detection platforms, radiation detection devices, and associated support equipment. Responses are due May 8, 2026.
Scope of Work
The requirement is for a comprehensive upgrade to USAFA's Emergency Management Threat Detection Grid. This includes:
- Multi-Gas Detection Platforms: Honeywell AreaRAE Pro Wireless Gas Detectors or equivalent, capable of continuous, real-time monitoring of hazardous atmospheres. These systems must detect a minimum of six gases (e.g., VOCs, CO, H2S, Cl2, NH3, SO2, HCN, CO2, LEL, O2) with specific sensor requirements, wireless communication (900 MHz), GPS, meteorological integration, and ruggedized design.
- Radiation Detection Devices: AccuRad Personal Radiation Detectors (PRDs) or equivalent, providing continuous gamma dose rate and cumulative dose measurements. Devices must be wearable, have broad detection ranges, configurable alarms, long battery life, and meet ANSI N42/IEC 61526 standards.
- Support Equipment: Sensor packages for meteorological data (RAEMEt Sensor Kit), motorized replacement pumps (RAE Pump Replacement Kit), external antenna systems (ISM Freewave 900), solar charging modules for continuous operation, and replacement consumables.
- Integration: All equipment must integrate with the existing Safety Suite Responder software platform, including a 5-year subscription.
Contract & Timeline
- Type: Sources Sought (for market research purposes only)
- Anticipated Contract Type: Firm-Fixed Price
- Set-Aside: Total Small Business Set-Aside
- NAICS Code: 334519, Other Measuring and Controlling Device Manufacturing (Size Standard: 600 employees)
- Response Due: May 8, 2026, by 1400 MDT
- Published: April 27, 2026
Evaluation
This is for information and planning only. Responses will help determine the method of procurement and assess the availability and capability of potential small business sources.
Additional Notes
This is not a solicitation or a commitment to award a contract. Interested and qualified sources must submit a capabilities package (not exceeding 5 pages) via email to the specified contacts. The package should include company details, business size, small business status, teaming arrangements, descriptions of similar products/services, primary business source, estimated pricing, UEI, CAGE Code, and SAM expiration date. Foreign-owned/controlled status should also be indicated. All contractors must be registered in SAM.gov.