Skip to content
Department of Defense

Sample Tasking and Tracking System (STATS)

Solicitation: FA7022-26-RFI-STATS
Notice ID: 9ced1ab64cd14d75b951e883bd6fb62b
TypeSources SoughtDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateFLPostedDec 31, 2025, 12:00 AM UTCDueFeb 13, 2026, 10:00 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: FL. Response deadline: Feb 13, 2026.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

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.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • 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
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA7022-26-RFI-STATS. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for this agency (last 12 months).

12-month awarded value
$23,503,711,969
Sector total $23,503,711,969 • Share 100.0%
Live
Median
$274,243
P10–P90
$33,384$6,614,091
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+3970975%($23,502,528,253)
Deal sizing
$274,243 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for FL
Live POP
Place of performance
Patrick Air Force Base, Florida • 32925 United States
State: FL
Contracting office
Patrick Sfb, FL • 32925 USA

Incumbent & Expiration Tracking

Incumbent
Not available
Data source
Not detected
Contract expiration
Not available
No expiration data
Capture records and source attachments to track incumbent rollover timing.

Competitive Heat Score

Bid pressure estimate
26/100
Low

Lower direct competition signal relative to other notices.

  • Deadline status: Notice is already expired.
  • Competition pool: Open competition (no set-aside detected).

Point of Contact

Name
David Dike, Procurement Contracting Officer
Email
david.dike.2@us.af.mil
Phone
Not available
Name
Ian Batchelor
Email
ian.batchelor.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
AMIC • AMICDET2 • FA7022 AMIC DET 2 OL PATRICK PKA
Contracting Office Address
Patrick Sfb, FL
32925 USA

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:

  1. Present their proposed solution as separable tasks, including reasonable order of magnitude estimates for both the period of performance and cost for each task.
  2. Include an initial discovery and validation of requirements as a component of the first task.
  3. Specialty configuration of commercial software is an acceptable solution. For such solutions, please include an estimate for yearly software licensing fees.
  4. 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.

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.