SOURCES SOUGHT / REQUEST FOR INFORMATION (RFI)
Notice ID: ACQ-25-H83
Title: Legacy System Expansion – LabVIEW-Compatible Test Stands
1. Description
This is a Sources Sought/Request for Information (RFI) notice issued for market research purposes only in accordance with FAR Part 10. This is not a solicitation and shall not be construed as a commitment by the Government to award a contract. The information gathered from this RFI will be used for planning purposes only.
The Air Force Test Center (AFTC), Edwards AFB, is seeking potential sources capable of providing hardware/software test stand components that are form, fit, and function compatible with an existing National Instruments (NI) LabVIEW-based legacy system.
2. Background
The requiring activity, the Bomber Special Instrumentation (S.I.) Lab, utilizes an existing NI LabVIEW test architecture to support the Bomber Modular Data Acquisition System (BMDAS) modifications and Acceptance Test Plans (ATPs) for the B-1, B-2, and B-52 aircraft. To maintain continuity of operations and minimize costly re-validation and re-training efforts, the Government requires expansion modules, data acquisition stands, and related integration services that are fully compatible and interoperable with the existing installed base system.
3. Salient Characteristics
Any potential solution must meet the following minimum salient characteristics to be considered responsive:
- NI LabVIEW Compatibility: Full compatibility and interoperability with the existing NI LabVIEW software environment is mandatory. Vendors must provide verifiable documentation demonstrating seamless integration.
- PXI/cDAQ Integration: Seamless integration with PXI and CompactDAQ (cDAQ) chassis-based hardware is required. Vendors shall specify supported PXI/cDAQ modules and chassis, including slot counts and bandwidth.
- Analog Simulation/Measurement: The system shall support automated analog simulation and measurement for IEPE, thermocouple, strain gauge, and voltage AO/AI signals. Vendors must provide documented specifications for supported sensor types, voltage ranges, accuracy levels, and sampling rates.
- RF Transceiver/Transient Simulation: The system shall provide RF transceiver and voltage transient simulation/analysis capabilities. Vendors must specify frequency ranges, modulation types, voltage ranges, and transient generation capabilities.
- System Integration/Support: Comprehensive system integration services, including on-site technical support as needed, are required. Vendors shall describe the scope of integration services and the terms/availability of on-site support.
- NI Compliance: If proposing National Instruments (NI) hardware/software, the vendor must maintain OEM warranty and certification and not void existing NI licensing or support agreements. Proof of authorized distributorship may be requested.
4. Requested Information from Industry
Interested vendors are requested to submit the following information in PDF format:
- Company name, address, CAGE Code, and Unique Entity Identifier (UEI).
- Point of contact name, email, and phone number.
- Business size status (Large, Small, SDVOSB, WOSB, HUBZone, etc.).
- Evidence of capability to provide items meeting the salient characteristics listed above. This should include detailed technical specifications, product literature, and any relevant certifications or test data. If proposing a "brand name or equal" solution, provide a detailed comparison of the proposed solution to the specified NI hardware/software.
- A Rough Order of Magnitude (ROM) Quote: Please provide a Rough Order of Magnitude (ROM) quote for the proposed solution, including pricing for hardware, software, system integration services, on-site support, and training. The ROM quote should be valid for at least 90 days. Note: The Government is not obligated to accept the ROM quote, and the submission of a ROM quote does not guarantee that the vendor will be selected for future solicitation.
- Whether the vendor is an OEM or authorized distributor/reseller for National Instruments hardware/software. If proposing NI hardware/software, provide documentation verifying authorized distributorship status.
- Delivery timelines and typical lead times.
- Previous Government or commercial contracts where similar systems have been provided. Include contract numbers, agency names, and points of contact (if available).
5. Submission Instructions
Responses shall be submitted electronically in PDF format to:
Josiah L. Broadway III
Contract Specialist, AFTC/PZZF
Email: josiah.broadway@us.af.mil
And
Christina M. Day
Contracting Officer, AFTC/PZZF Lead
Email: Christina.day.6@us.af.mil
Responses are due no later than 4:00 PM EST on August 27, 2025.
6. Disclaimer
This Sources Sought/RFI is for market research and planning purposes only and does not constitute a solicitation or a commitment by the Government to award a contract. The Government will not reimburse any costs incurred in preparing responses to this notice.
To identify potential sources capable of providing the required integrated instrumentation test system, the following market research efforts have been conducted and are planned:
- Initial Internet Searches: Initial searches were conducted using search engines (e.g., Google, Bing) and government procurement websites (e.g., SAM.gov, GSA Advantage, AF Advantage) to identify potential vendors.
- Subject Matter Expert Consultation: The Lab Engineering staff (Subject Matter Experts) were consulted to leverage their knowledge of the industry and potential vendors.
- National Instruments (NI) Contact: National Instruments (the Original Equipment Manufacturer - OEM) was contacted to inquire about authorized distributors and system integrators capable of providing a complete, integrated solution. NI directed the Government to TestForce USA, Inc.
- TestForce USA, Inc. Assessment: Initial assessment indicates that TestForce USA, Inc. is an authorized distributor of NI products and may be uniquely positioned to provide the required integrated instrumentation test system.
- AbilityOne Program Review: The AbilityOne program (www.abilityone.gov ) was reviewed to determine if the requirement could be fulfilled through this program. The review concluded that the AbilityOne program cannot provide the required integrated instrumentation test system.
- Sources Sought Notice (This Notice): This Sources Sought Notice is being posted on SAM.gov to further validate the market and identify any other potential sources, including those offering "brand name or equal" solutions. Responses to this notice will be thoroughly analyzed to determine:
- The number of potential vendors capable of meeting the Government's requirements.
- The availability of NI-based solutions versus "brand name or equal" solutions.
- The level of competition in the marketplace.
- The suitability of "brand name or equal" solutions based on the detailed performance characteristics and compatibility requirements.