Seismograph Units, Monitoring and Optional Units
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 Bureau of Alcohol, Tobacco, Firearms and Explosives (ATF) – National Center for Explosive Training and Research (NCETR) in Huntsville, AL, is conducting a Sources Sought/Request for Information (RFI) to identify qualified vendors for Seismograph Units, Monitoring and Optional Units. This market research aims to ascertain capabilities and past performance from various socio-economic groups, including 8(a), HUBZone, Service-Disabled Veteran Owned, Woman Owned, Small Business, and GSA Schedule vendors. Responses are due by March 16, 2026, at 4:00 PM EST.
Scope of Work
The requirement is to provide data regarding airblast and vibration generated by NCETR explosives range operations. This includes:
- Installation of three (3) seismographs at ATF NCETR explosive range facilities on Redstone Arsenal.
- Subscription to a seismograph monitoring service allowing 24/7 data access and event notifications.
- Provision of data in charts/graphs and archived data storage.
Key Requirements:
- Three portable seismograph systems meeting ISEE standards for 2031.
- Systems must include a microphone (rated to 148 dB), triaxial geophone, security enclosure with solar panel, voltage regulator, and cellular modem.
- Remote reporting capability to a monitoring service and user.
- Monitoring service with remote data access, optional email notifications for events exceeding limits, and data exportable to Excel/PDF.
- Annual calibration service for each unit.
- Option for contractor installation or detailed instructions.
Contract & Timeline
- Type: Sources Sought/RFI, anticipating a Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) Contract.
- Duration: A one-year base period (August 1, 2026 – July 31, 2027) with four one-year option periods, totaling up to 60 months.
- Set-Aside: Market research for 8(a), HUBZone, Service-Disabled Veteran Owned, Woman Owned, Small Business, and GSA Schedule vendors.
- Response Due: March 16, 2026, 4:00 PM EST.
- Published: March 11, 2026.
Response Requirements
Interested sources should submit the following via email to Brian.Wilkins@atf.gov:
- Company name, CAGE code, address, phone, point of contact, UEI, GSA Schedule/IDIQ contract number (if applicable), business size status for NAICS 334519, and all identified socio-economic sub-category statuses.
- Summary of relevant past experience (minimum three references from the past five years) including contract details and points of contact.
- Capability Statement detailing how the firm would fulfill the DRAFT SOW requirements.
Additional Notes
This is for informational and market research purposes only and is not a request for proposal or quote. No pricing information is requested, and responses are not considered offers. Respondents are responsible for any costs incurred.