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:
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:
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.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.