Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 02, 2026 SAM #8803
SOURCES SOUGHT

99 -- Sample Tasking and Tracking System (STATS)

Notice Date
12/31/2025 9:05:36 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA7022 AMIC DET 2 OL PATRICK PKA PATRICK SFB FL 32925 USA
 
ZIP Code
32925
 
Solicitation Number
FA7022-26-RFI-STATS
 
Response Due
2/13/2026 2:00:00 PM
 
Archive Date
02/28/2026
 
Point of Contact
David Dike, Procurement Contracting Officer, Ian Batchelor
 
E-Mail Address
david.dike.2@us.af.mil, ian.batchelor.1@us.af.mil
(david.dike.2@us.af.mil, ian.batchelor.1@us.af.mil)
 
Description
REQUEST FOR INFORMATION Air Force Technical Applications Center 1.0 Description 1.1 The Air Force Technical Applications Center (AFTAC) in support of the Twenty-First Surveillance Squadron (21 SURS) is seeking information on how an interested contractor could develop a Sample Tasking and Tracking System (STATS), to track sensor data and sample collections from creation through final disposition. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the SAM.gov website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 2.0 Background AFTAC receives and analyzes samples collected by aircraft, ground collection task forces, and an international network of gas and particulate sensors. Sample radioactivity is measured by in field instruments and / or partner laboratories with data delivered electronically to AFTAC. AFTAC requires a system that tracks the samples, tasks, and data associated with these processes� a Sample Tasking and Tracking System (STATS). 2.1 Planned Production/Services Description: The STATS system must: Be able to interface with Oracle databases to harvest needed sample definitions and data Ingest and use data from a variety of file types Track and store a variety of samples with associated metadata Track and store a variety of tasks with associated metadata Support the definition of variety of ~similar workflows that may change on the fly Must be able to process and track samples or taskers through a defined workflow Provide configurable dashboards that display the status of samples and tasks Must be able to auto-email status updates to designated parties Must be able to autogenerate a variety of reports based on editable templates Must be able to query current and past sample or task activity Must have a web-based Graphical User Interface (GUI) front end Must incorporate user authentication Must be deployable to a container orchestration system Must meet cybersecurity requirements to deploy to unclassified and classified networks Must meet zero-trust requirements 2.2 Delivery Period/Period of Performance: Initial period of performance may be 1-24 months with follow-on options as required based upon proposed solution. 2.3 Security Requirements: Applicants developing STATS must be authorized to enter a Sensitive Compartmented Information Facility (SCIF) and may be required to obtain accounts on Secret and Top-Secret networks. Therefore, this effort must be accomplished by an organization with a Top-Secret facility clearance who employs developer(s) with a Top Secret / SCI security clearance. 3.0 Requested Information All parties are asked to: Present their proposed solution as separable tasks, including reasonable order of magnitude estimates for both the period of performance and cost for each task. Include an initial discovery and validation of requirements as a component of the first task. Specialty configuration of commercial software is an acceptable solution. For such solutions, please include an estimate for yearly software licensing fees. Exclude references to the AFTAC mission-set or what the respondent believes to be the AFTAC mission. Respondents should focus solely on their proposed solution and their current capabilities. 4.0 Responses 4.1 Interested parties are requested to respond to this RFI with a white paper. 4.2 White papers in Microsoft Word format are due no later than 13 Feb 2026, 17:00 EST. Responses are page limited see below for specific section counts. Submit responses via e-mail to the Contracting Officer (CO), Mr. David Dike at david.dike.2@us.af.mil. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3. Section 1 of the white paper shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, cage code, Unique Entity Identifier (UEI), and e-mail of designated point of contact. 4.3.2. Recommended procurement/contracting strategy. 4.3.3. Business type (large business, small business, small, disadvantaged business, 8(a)-certified small, disadvantaged business, HUBZone small business, woman-owned small business, service-disabled veteran-owned small business) and which North American Industry Classification System (NAICS) that the classification falls under. The number of pages in Section 1 of the white paper shall not be included in the 5-page limitation, i.e., the 5-page limitation applies only to Section 2 of the white paper. 4.4 Section 2 of the white paper shall answer the issues addressed in Section 3 of this RFI and shall be limited to 5 pages. 5.0 Industry Discussions AFTAC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, email address. Verbal questions will NOT be accepted. Questions will be answered by posting answers to SAM.gov; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 2 Feb 26 will be answered. Exclude questions that relate to specific AFTAC missions or what the respondent believes to be the AFTAC mission. Respondents should only submit questions that help clarify sections 2.0 or 3.0 of this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9ced1ab64cd14d75b951e883bd6fb62b/view)
 
Place of Performance
Address: Patrick Air Force Base, FL 32925, USA
Zip Code: 32925
Country: USA
 
Record
SN07676544-F 20260102/251231230032 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.