Procurement of Flow and Pressure Controllers for ARCS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the Air Force Life Cycle Management Center, Cryptologic Systems Division, is conducting market research through a Sources Sought notice for the procurement of Flow and Pressure Controllers for the Automated RadioXenon Concentrator and Spectrometer (ARCS) system. The ARCS system is vital for the nation's nuclear treaty monitoring mission. This Request for Information (RFI) aims to gather capability statements and pricing estimates from commercial vendors. The anticipated outcome is a single Firm-Fixed Price (FFP) purchase order. Responses are due by January 28, 2026, at 12:00 PM CST.
Scope of Work
This RFI seeks information on commercial items, specifically flow and pressure controllers. Respondents are requested to provide pricing estimates for the following line items:
- MCR-100SLPM-D-DB9/CM, RIN, CIN, GAS: Air (Qty: 10)
- MC-2SLPM-D-DB9/CM, RIN, CIN, GAS: N2 (Qty: 20)
- PCP-30PSIA-D-DB9/CP, CIN, RANGE (1000 torrA) (Qty: 10)
- PC-30PSIA-D-DB9/CP, CIN, RANGE (1000 torrA) (Qty: 20)
- Shipping
Contract & Timeline
- Contract Opportunity Type: Sources Sought (Market Research)
- Anticipated Award Type: Single Firm-Fixed Price (FFP) purchase order
- Set-Aside: None specified; market research may support full and open competition.
- Response Due: January 28, 2026, 12:00 PM CST
- Published Date: January 22, 2026
- Place of Performance: San Antonio, TX 78243, United States
- Payment Terms: Net 30 day delivery, processed electronically through WAWF.
- FOB/Inspection/Acceptance: Destination.
Submission & Evaluation
Respondents must submit one electronic copy via email, including a comprehensive capability statement and pricing estimates valid for 60 days. Technical approach narratives, assumptions, and exceptions should be in a searchable text format PDF. Contractors must be registered in the System for Award Management (SAM). This RFI is for planning purposes only and does not guarantee a solicitation or award.
Attachments
- Atch 1 - AFMC Form 158: Details packaging, handling, storage, and transportation requirements, including military standards (MIL-STD-2073-1), hazardous materials, and wood packaging material (WPM) compliance.
- Atch 2 - AFMC FORM 807: An administrative form, bidders should ensure they can properly view and access it.
- Atch 3 - DD Form 1653: Specifies transportation data, including F.O.B. terms (Destination) and relevant FAR clauses like "MARKING OF SHIPMENTS."
Points of Contact
- Primary (Metadata): Latoya Perry-Jenkins (latoya.perry-jenkins.ctr@us.af.mil, 210-925-7702)
- Contract Specialist (RFI): Mr. Odell Sidberry (odell.sidberry.1@us.af.mil, 210-925-9595)
- Contracting Officer (RFI): Ms. Rebecca Natal (rebecca.natal.1@us.af.mil) All questions must be directed in writing to the Contract Specialist or Contracting Officer via email.