Skip to content
Department of Defense

Life Support Systems Scientific Test, Analysis, and Qualification Lab (LSS STAQ)

Solicitation: ROUK-26-002
Notice ID: c3e23f9efc2a4224ac60bbf43b13640a
TypeSources SoughtNAICS 541380PSCH299Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedFeb 20, 2026, 12:00 AM UTCDueFeb 27, 2026, 05:00 PM UTCCloses in 5 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 27, 2026. Industry: NAICS 541380 • PSC H299.

Market snapshot

Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.

12-month awarded value
$635,935,197
Sector total $5,796,258,355,399 • Share 0.0%
Live
Median
$98,807
P10–P90
$15,130$610,395
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-93%(-$548,064,803)
Deal sizing
$98,807 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 OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Wright Patterson Afb, OH • 45433-7205 USA

Point of Contact

Name
Colin Cochran
Email
colin.cochran@us.af.mil
Phone
Not available
Name
Joseph Derevage
Email
joseph.derevage.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • COMBAT READINESS • FA8606 AFLCMC ROUK HS AFLCMC/ROUK
Contracting Office Address
Wright Patterson Afb, OH
45433-7205 USA

More in NAICS 541380

Description

General Introduction:

  1. This announcement constitutes a Sources Sought Synopsis (SSS) only. The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/ROU) is conducting a market assessment to identify potential sources and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document to explore cost effective options to provide this capability and to obtain valuable feedback in regards to the requirements for laboratory operational support for the Life Support Systems Scientific Test, Analysis, and Qualification Lab (LSS STAQ). ALFCMC/ROU is issuing this SSS to explore cost effective options to provide this capability and to obtain valuable feedback in regard to the attached draft Performance Work Statement (PWS).  This SSS is issued solely for information and planning purposes and will be considered to determine the acquisition strategy for the LSS STAQ labs as well as future solicitations.
  2. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Additionally, this SSS does not restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be solely at the responding party’s expense.
  3. AFLCMC is not seeking proposals at this time,and will not accept unsolicited proposals.
  4. Not responding to this SSS does not preclude participation in any future Request for Proposal (RFP), if issued. Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontracting goals. The acquisition strategy is still being determined. The Government’s intent is to use market research results to determine whether this requirement will be a full and open competition, a small business set aside, a sole source acquisition, or utilization of DLA contract.
  5. If there are sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) 52.219-14, “Limitations on Subcontracting”. Note: The Nonmanufacturer Rule exception applies to this acquisition (see FAR 19.102(f) for more details). If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set- aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage.
  6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the Beta.SAM.gov site for additional information pertaining to this SSS.
  7. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to the information received, to later publish a solicitation, or to award a contract based on this information.
  8. Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements.
  9. Responders should also state whether they are interested in being a prime contractor for this requirement or a subcontractor.

Purpose:

The purpose of this SSS is to gather information on the current state and availability of vendors that are capable of laboratory operations, maintenance, development, test, and evaluation in the area of OBOGS and oxygen systems related technology as stated in the requirements below and PWS. The feedback received will be used to assess if the requirements are achievable within industry.

Life Support Systems Scientific Test, Analysis, and Qualification Lab Requirements:

  1. Perform Aircrew Flight Equipment and Aircrew Oxygen System Performance Test and Evaluation
  2. Support investigations of human interfaces including, but not limited to, mask and breathing support systems, current, modified, and new OBOGS and related oxygen systems, head gear, body wear, aeromedical devices, protective equipment and survival gear, for civilian and military ground, air, and space operations.
  3. Collect, process, and analyze aircraft oxygen system performance data acquired in the laboratory, field, and from chemical diagnostic equipment.
  4. Plan instrumentation, calibration, and execution of experiments using the facilities identified in this section.
  5. Analyze collected data, report the results and perform data management duties including uploading reports into the LCMC designated database.
  6. Prepare materials for and participate in various meetings, conferences, and symposiums to offer subject matter expertise and/or present status and field questions related to laboratory projects.
  7. Perform test setup, test operation, data collection, data plotting, data analysis and reporting to conduct prioritized experiments that satisfy program objectives.
  8. Acquire, set up, and maintain special test equipment (STE) and special tooling (ST) to meet test program objectives.
  9. Operate and maintain laboratory test support infrastructure including, but not limited to, vacuum pumps, altitude chambers, environmental chambers, and air compressors.

Please document any feedback to each of the requirements. The scope of your comments should include the following:

  • Clearly describe your ability to meet each of the requirements listed above and including the attached SOO.  Please verify you can meet both requirements and if you cannot, please clearly state which lab that you can support.
  • A detailed list of any Government Furnished Equipment, Property, or Information that may be needed to complete this effort, as applicable.
  • A detailed list of any Contractor Furnished Equipment, Property, or Information that may be available to complete this effort, as applicable.
  • Describe your existing support capabilities including staff, training, knowledge, skills and abilities.

Sources Sought Responses:

Please provide your SSS responses to colin.cochran@us.af.mil and joseph.derevage.1@us.af.mil  by 12:00pm EST on 22 February 2026. Title e-mail responses in the subject line of the e- mail as follows: “Response to Human Systems Directorate Lab Operational Support Sources Sought Synopsis ROUK-26-002”

  1. Responses shall include the following administrative information:
    • Company/Institute name
    • Address
    • Point of Contact
    • Cage Code
    • DUNS Number
    • Phone Number
    • E-mail Address
    • Web page URL
    • Is your company domestically or foreign owned? If foreign, please indicate the country of ownership.
  2. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in the SAM.
  3. The NAICS Code for this action is 541380. Based on the NAICS Code, state whether your company qualifies as a:
    • Small Business (Yes/No)
    • Woman Owned Small Business (Yes/No)
    • Economically Disadvantaged Woman Owned Small Business (Yes/No)
    • 8(a) Certified (Yes/No)

If yes, SBA certification Date:                                                                                     SBA Graduation Date:                                           

    • HUB Zone Certified (Yes/No)
    • Veteran Owned Small Business (Yes/No)
    • Service Disabled Veteran Owned Small Business (Yes/No)
    • Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership).
  1. Please limit your responses to no more than 10 pages, to include answers to the questions above; furthermore, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials alone are considered an insufficient response to this Sources Sought synopsis.
  2. Responders should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this SSS that is properly marked as “proprietary” will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.

Questions:

  1. Responses to questions from interested parties will be promptly answered and posted on the SAM website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company’s response. Post submittal, one- on-one information sessions with responders are not contemplated; however, they may be offered to responders to clarify the Government’s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to responders after the SSS assessments are completed. 
  2. Verbal questions will NOT be accepted. Please submit questions to the POCs above. All questions will be answered via posting answers to this SAM website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 22 February 2026.

Files

Files size/type shown when available.

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.