THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for a Calibration System.
2. Requirement.
This acquisition anticipates seeking a contractor who can provide a Calibration System for the 412 TW compound at Edwards AFB, CA. The requirement consists of the following specifications:
Calibration System
Size: Not larger than 65’ height × 30” wide × 28” deep
Load and Force Specifications:
• Calibrates load cells, strain gauges, and linear displacement sensors
• Maximum force capacity: 11,250 lbf
• Torsional capacity: ±220 in-lb
• Load measurement accuracy: ±0.5% of reading
Displacement and Positioning:
• Maximum displacement range: 46.8"
• Displacement measurement accuracy: 0.0004" or 0.05% of displacement
• Horizontal test space: 16.5"
• Maximum speed: 30 in/min
Accuracy Standards:
• Must meet or exceed ISO 9513 strain measurement accuracy standard
Data Acquisition:
• Data acquisition rate: 5 kHz simultaneous
• Simultaneous measurement on force, displacement, and strain channels
• 6 channels of data acquisition
• 350-ohm strain gauge adapters for full and half-bridge configurations
Physical Specifications:
• Maximum dimensions: 65" H x 30" W x 28" D
• Power requirements: 120 VAC at 60 Hz
• Power draw: 15-20 A
Included Equipment:
• Load cells
• Testing adapters and fixture base plate
• Debris shield
• Touch panel PC with machine software installed
Services Included:
• Training
• Warranties
• Installation
This is similar to Instron Model 68TM-50.
3. Information requested.
The Government requests interested offerors that can fully support this requirement furnish the following information:
1. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.
2. Information should include a brief description of experience in providing Calibration Systems. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at www.sba.gov/size/sizetable2002.html. The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 334515 “Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals”. The Small Business Size Standard is 750 employees.
4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.
4. Inquiries.
Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
The due date and time for responses to this synopsis is 12:00 pm Pacific Standard Time on Friday 1 August 2025.
Delivery will be to Edwards AFB, CA.