Opportunity
SAM #A061567
Automated Smoke Point Instrument and Support for Aerospace Fuels Laboratory at Vandenberg SFB
Buyer
Air Force Life Cycle Management Center
Posted
April 20, 2026
Respond By
April 27, 2026
Identifier
A061567
NAICS
334516
The U.S. Air Force is seeking sources for an Automated Smoke Point Instrument for the Aerospace Fuels Laboratory at Vandenberg Space Force Base (SFB), California. - Government Buyer: - U.S. Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio - Aerospace Fuels Laboratory, AFPET/PTPLE at Vandenberg SFB - Products/Services Requested: - One (1) Automated Smoke Point Instrument compliant with ASTM D1322-24 for testing Aviation Turbine Fuels and Kerosene-based Propellants - Must include digital camera, sensors, candle displacement system, data storage, and connectivity ports - Accessories: - Wick Trimmer Set (1) - Wick Tube (1) - Compatible Woven Circular Cotton Wicks (50 units; specific technical composition required) - Services: - On-site installation and performance verification at Vandenberg SFB - Minimum four hours of training (excluding installation time) - Technical support (hardware/software troubleshooting, response within 3 business days) - Two-year extended warranty - Unique/Notable Requirements: - Instrument must be fully compliant with ASTM D1322-24 - Delivery and installation required within 12 weeks of contract award - All accessories and consumables must meet detailed technical specifications - Warranty coverage for at least two years post-delivery - Opportunity is open to all small business categories; technical compliance and demonstration of capability required - No specific OEMs or vendors are named in the notice - NAICS code: 334516 (Analytical Laboratory Instrument Manufacturing)
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 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:
Sources Sought Instructions Statement of Work