Opportunity

SAM #FA860126Q0037SS

Sources Sought: High Speed Spindle System for AFIT at Wright-Patterson AFB

Buyer

Air Force Life Cycle Management Center

Posted

April 02, 2026

Respond By

April 08, 2026

Identifier

FA860126Q0037SS

NAICS

334516, 333999, 335312

This opportunity seeks sources for supplying a High Speed Spindle System to the Air Force Institute of Technology (AFIT) at Wright-Patterson Air Force Base (WPAFB), Ohio. - Government Buyer: - Department of the Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch - End user: Air Force Institute of Technology (AFIT/ENY) - OEMs and Vendors: - No specific OEMs or vendors are named in the documents; the government is seeking information from all capable sources. - Products/Services Requested: - High Speed Spindle Motors (4 units) - 15,000–90,000 RPM, 3.5kW minimum, continuous duty, HJND-50 or 14mm shaft interface, closed loop control - High Frequency Speed Control Drives (2 units) - 15,000–90,000 RPM, closed loop, 240/480V, digital/analog I/O - Lubrication Systems (2 units) - Air/oil mist, 240/480V, air supply 150psi max, filtration, discrete I/O - Cooling Systems (2 units) - For continuous operation, 240/480V, discrete I/O - Full Kits (2 sets) - Cables, hoses, fittings, connectors, tools for full system operation - Assembly/Operation Manuals (1 set) - Unique or Notable Requirements: - System must meet detailed technical specifications (RPM, power, interface, duty cycle, control, etc.) - Delivery required within 26 weeks of contract approval - 1-year warranty after delivery - No installation or training required - Compliance with FAR limitations on subcontracting and Non-Manufacturer Rule may apply - SAM registration required - Place of Performance/Delivery: - Air Force Institute of Technology, 2950 Hobson Way, Wright-Patterson AFB, OH 45433 - Delivery through WPAFB Commercial Vehicle Delivery Gate (Gate 26A, off State Route 235)

Description

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 a High Speed Spindle with the capabilities described herein for the Air Force Institute of Technology (AFIT) located at Wright Paterson Air Force Base, Ohio (WPAFB).

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), 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 Point of Contact, Dametria Walder, demonstrating their capability to provide a High Speed Spindle. Stipulated in Federal Acquisition Regulation (FAR) 15.201, 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 1000 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 (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 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 for the Vibration Test System that explicitly demonstrates their capability to provide the required product. 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 NOT LATER THAN 08 April 2026 AT 1:00 PM EASTERN DAYLIGHT TIME.

All correspondence sent via email shall contain a subject line that reads High Speed Spindle. 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, .xsls or .xls documents are attached to your email. All other attachments may be deleted.

Responses shall be submitted via email to the following addresses: dametria.walder@us.af.mil  and claire.hess@us.af.mil

Please direct all questions concerning this acquisition to Dametria Walder at dametria.walder@us.af.mil and include the necessary subject line indicated above.

Attachments:

Instructions Technical Requirements – High Speed Spindle

View original listing