- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
USAFA Wearable Performance Monitoring Ring Devices Sources Sought
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 16, 2026. Industry: NAICS 339920 • PSC 7810.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 339920 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 78 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 339920
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. Funds are not presently available for this requirement. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
The North American Industry Classification System (NAICS) Code proposed is 339920 – Sporting and Athletic Goods Manufacturing. The size standard is 750 employees. The proposed contract is contemplated as a firm-fixed price contract.
The United States Air Force Academy (USAFA) Dean of Faculty Department of Biology (DFBI) has a requirement for 50 wearable smart ring performance monitoring devices for use by Cadets in order to measure biometric data and provide insights into human performance and quality and quantity of sleep. The devices must meet the following salient characteristics:
- The devices must be wearable technology capable of accommodating the following ring sizes:
- Ring size 6: qty of 8
- Ring size 7: qty of 8
- Ring size 8: qty of 8
- Ring size 9: qty of 8
- Ring size 10: qty of 8
- Ring size 11: qty of 3
- Ring size 12: qty of 3
- Ring size 13: qty of 2
- Ring size 14: qty of 1
- Ring size 15: qty of 1
- The devices must have the capability of measuring the following biometric data:
- Capability to measure blood oxygen levels;
- Capability to measure heart rate and heart rate variability;
- Capability to measure body temperature variations;
- Capability to measure movement and activity;
- Capability to measure respiratory rates; and
- Capability to measure quantity and quality of sleep.
- Data collected from this technology must provide a minimum of 75% agreement with a polysomnography sleep lab test.
- The devices must have a rechargeable battery solution with a battery that lasts a minimum of 5 days.
- The ring devices must come with access to all inherent software necessary to utilize the above functions for the entire lifetime of the ring. The associated software shall not have any AI features or capabilities. The ring devices and any inherent software should be easily transferrable to new users.
- USAFA requires an enterprise software solution to be utilized in conjunction with the smart ring devices that can collect and analyze data from all the devices into a single instance, thereby allowing the data from the entire fleet of rings to be easily researched and studied. All the ring devices must be able to connect to this enterprise software application and not to the individual user, thereby allowing easy transfer of a device from person to person after the completion of each research study.
Include in your capabilities package your Unique Entity Identification (UEI), CAGE Code, and System for Award Management expiration date.
Delivery is FOB: Destination to USAF Academy, CO 80840.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman[1]owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar products and services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial services related to this effort. Indicate in your capabilities package if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying.
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.
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 5 pages.
Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
Email your responses to Amy Krause, Contract Specialist, at amy.krause.1@us.af.mil AND Nicole Cibula, Contracting Officer, at nicole.cibula@us.af.mil. Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN: 10:00 AM MDT on 16 April 2026.
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.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.