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 60 wearable smart ring performance monitoring devices for use by Cadets in order to study the connections between sleep hygiene and motor control and human performance. 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 10
- Ring size 7: qty of 10
- Ring size 8: qty of 10
- Ring size 9: qty of 10
- Ring size 10: qty of 10
- 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:
- Blood oxygen levels while sleeping
- Heart rate and heart rate variability while sleeping
- Body temperature variations
- Movement and activity via an accelerometer
- The devices must have a rechargeable battery solution with a battery that lasts a minimum of 8 days.
- The devices must include an enterprise software application capable of collecting and analyzing the data from all of the ring devices into a single instance, thereby allowing the data from the entire fleet of rings to be researched and studied.
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-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 John Perry, Contract Specialist, at john.perry.33@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: 2:00 PM MDT on 12 June 2025
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.