This is a Request for Information in accordance wi
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 Interior, Bureau of Land Management (BLM) Alaska Fire Service, has issued a Combined Synopsis/Solicitation which also serves as a Request for Information (RFI) in accordance with FAR 15.2. The agency is seeking interested vendors capable of providing services and supplies to upgrade or replace the existing real-time Alaska Lightning Detection System (ALDS). This is an unrestricted opportunity.
Scope of Work
The primary objective is to determine options for enhancing or replacing the ALDS. The Statement of Work (SOW) outlines requirements for two potential approaches:
- Data Service: Provide a real-time lightning detection and reporting data service for Alaska, with the Alaska Fire Service (AFS) paying an annual subscription.
- System Upgrade/Replacement: Upgrade or replace existing ALDS hardware and software, including secure connections. Under this option, AFS would purchase the solution, maintain infrastructure, and contract for annual support.
Key performance standards include:
- System operation from April 1st through September 30th annually.
- Real-time collection and distribution of lightning sensor data and calculated strike locations.
- Ability to distinguish between cloud-to-ground and intra-cloud lightning with distinct symbology.
- Adjustable geographic window of interest and automatic refresh (10-15 minutes).
- Capability to view historical lightning data for up to 14 days.
- Detection coverage within specified Alaskan latitude and longitude boundaries (Min Lat: 50, Max Lat: 75, Min Lon: -170, Max Lon: -129).
- Authenticated and encrypted communication between sensors and central processing server, and between viewing client and data hosting service.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation / Request for Information (FAR 15.2)
- Solicitation Number: 140L022600001
- NAICS Code: 541990 (Scientific Data Studies) with a $19.5 million size standard.
- Set-Aside: Unrestricted
- Issue Date: February 9, 2026
- Questions Due: February 20, 2026, by 3:00 PM Alaska time
- Answers Posted By: March 6, 2026
- Response/Offer Due: March 27, 2026, by 3:00 PM Alaska time
Submission & Evaluation
Responses of interest and capabilities must be submitted electronically in PDF format to BLM_AK_Procurement@blm.gov. Offerors must include their Unique Entity Identifier (UEI) or CAGE Code with their proposal and ensure all items comply with the Buy American Act. Proposals should detail:
- Technique for strike location calculation and accuracy determination.
- Minimum sensor requirements, proposed sensor make/model, and locations.
- Definition of a "strike," sensor detection range, and "real-time."
- Required user hardware/software, concurrent user support, hosting location, and data use restrictions.
Contact Information
For inquiries, contact Cory Cornell at ccornell@blm.gov or 907-356-5773.