Automated Smoke Point Instrument

Project ID: A061567 FederalOpportunitiesSources Sought
Overview
AgencyAFLCMC Wright Patterson AFB
Deadline04/27/26
Posted04/20/26
Estimated Value$25,000 - $60,000 (AI estimate)
Set AsideNone
NAICS334516 - Analytical Laboratory Instrument Manufacturing
PSC6640 - Laboratory Equipment And Supplies
LocationLompoc, CA 93437 United States
Description
Primary Latest Change

Summary

Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio: The AFLCMC Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This sources sought synopsis is published for market research purposes only, to identify potential sources capable of delivering one (1) Automated Smoke Point Instrument with the capabilities described herein for the Aerospace Fuels Laboratory located at Vandenberg Space Force Base (Vandenberg SFB) in Lompoc, California. The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), Small Disadvantaged Business (SDB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that: - Specify that offered products meet the specifications provided below; and - Provide detailed information to show clear technical compliance. THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES. All interested firms shall submit a response to the Primary Points of Contact, Ms. Jennifer Blackford at jennifer.blackford@us.af.mil and Ms. Eve Aden at eve.aden@us.af.mil, demonstrating their capability to provide one (1) Automated Smoke Point Instrument. As stipulated in Revolutionary Federal Acquisition Regulation Overhaul (RFO) 15.101, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitation . The decision to solicit for a contract will be solely within the Government's discretion. The North American Industry Classification System (NAICS) code assigned to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing) with a small business size standard of 1,000 employees. Firms responding should indicate socio-economic status [8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone]. 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. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. A small business set-aside decision has not yet been made. Respondents should note the potential application of Limitations on Subcontracting (RFO 52.219-14) and the Non-Manufacturer Rule (RFO 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary. Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business or any particular small business program.

CAPABILITIES PACKAGE

All interested firms shall submit a capabilities package to provide one (1) Automated Smoke Point Instrument that explicitly demonstrates their capability to provide the required specifications. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities Packages submitted in response to this sources sought synopsis must be received at the following e-mail addresses NO LATER THAN 27 April 2026 AT 2:00 PM EASTERN TIME. All correspondence sent via email shall contain a subject line that reads: Automated Smoke Point Instrument. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xlsx or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be submitted via email to the following addresses: eve.aden@us.af.mil and jennifer.blackford@us.af.mil Please direct all questions concerning this acquisition to Ms. Eve Aden at eve.aden@us.af.mil and include the necessary subject line indicated above. Attachments:

Summary (Newest Update)

Background The United States Air Force, specifically the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson Air Force Base (WPAFB), Ohio, is conducting a market research initiative to identify potential sources capable of delivering one Automated Smoke Point Instrument. This instrument is intended for use at the Aerospace Fuels Laboratory located at Vandenberg Space Force Base in Lompoc, California. The laboratory provides critical analytical support related to aviation fuels and propellants for the warfighter and space launch operations. Work Details The contract requires the delivery of one Automated Smoke Point Instrument that meets the following specifications: - Must comply with ASTM D1322-24 standards for smoke point testing of Aviation Turbine Fuels and Kerosene-based Propellants. - The instrument should be a benchtop unit weighing no more than 50 lbs and fitting within dimensions of 24"x24"x24". - It must operate on standard 100-240V single phase electricity and include a 20 amp plug. - Equipped with a digital camera for flame height analysis, capable of reading heights from 0.0 to 50.0 mm with a resolution of 0.05 mm. - Must include sensors for temperature (5 to 50 °C), pressure (30 to 110 kPa), and humidity (10 to 90% RH). - Should have capabilities for automatic compensation for atmospheric conditions and calculation of correction factors as per ASTM D1322. - Data storage capacity greater than 2GB, with connectivity options including USB, Ethernet, and RS-232 ports. - Delivery includes installation at Vandenberg SFB, CA, along with four hours of training and technical support. Period of Performance Delivery and installation are required within 12 weeks after contract award. Place of Performance The product will be delivered to the Aerospace Fuels Laboratory at Vandenberg Space Force Base, CA.

Contacts
Contact nameJennifer Blackford
Contact emailjennifer.blackford@us.af.mil
Contact phoneNone
Secondary contact nameEve Aden
Secondary contact emaileve.aden@us.af.mil
Secondary contact phoneNone
Same Region Opportunities