Wind Tunnel Balance
ID: FA860126Q0004Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

ENVIRONMENTAL CHAMBERS AND RELATED EQUIPMENT (6636)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for a Wind Tunnel Balance under solicitation FA860126Q0004, which is a 100% Small Business Set-Aside. The procurement aims to acquire a six-component wind tunnel balance with precise specifications for use in the supersonic wind tunnel at the Air Force Institute of Technology, including requirements for force and moment measurements, a protective travel case, and an electronic data acquisition interface. This equipment is critical for conducting aerodynamic testing and research, ensuring accurate data collection for various aerospace applications. Quotes are due by December 5, 2025, at 12:00 PM EST, and interested parties must submit their proposals electronically while adhering to specific formatting guidelines. For further inquiries, potential offerors can contact Linh Jameson at linh.jameson@us.af.mil or Jessica Stamper at jessica.stamper.2@us.af.mil before the question deadline of December 2, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The Air Force Institute of Technology (AFIT) requires a six-component wind tunnel balance with a 0.50-inch diameter for its supersonic wind tunnel. The balance must meet specific technical requirements, including an outer diameter of 0.495-0.505 inches, a length of 3-7 inches, and precise force and moment measurements (e.g., ± 50-80 lbf in pitch). It must be a moment-style 6-component balance with accompanying documentation such as Static Calibration Matrix, Stress Analysis, and detailed engineering design drawings. A protective travel case, an electronic data acquisition system interface unit, and a 25-ft power cable are also required. All products must be manufactured in a qualifying country as per DFARS 225.872. Delivery is required within six months of the award to AFIT/ENY at Wright Patterson AFB, OH, with specific delivery procedures for commercial vehicles, including inspection at the Commercial Vehicle Delivery Gate (CVDG) and escort requirements for contractors. The product must come with a one-year warranty. Invoices must be submitted via Wide Area Workflow (WAWF) upon final inspection and acceptance.
    The AFLCMC/PZI Installation Contracting Support at Wright-Patterson AFB is issuing a Request for Quote (RFQ) FA860126Q0004 for a Wind Tunnel Balance. This 100% Small Business Set-Aside seeks a Firm Fixed Price (FFP) contract for commercial services, with quotes due by December 5, 2025, at 12:00 PM EST. The award will go to the responsible offeror providing the best value, conforming to the Statement of Work, and offering a fair and reasonable price. Delivery is required within six months of the contract award. Questions are accepted until December 2, 2025, at 12:00 PM EST. Offerors must be registered in SAM.gov and submit electronic quotes via email, adhering to strict size and format requirements, including the subject line “Wind Tunnel Balance – FA860126Q0004.” The solicitation includes various FAR and DFARS clauses, emphasizing electronic payment via Wide Area WorkFlow (WAWF) and item unique identification. Attachments include the Solicitation and Statement of Work.
    The Department of the Air Force's Business and Enterprise Systems Directorate issued a response to inquiries regarding Solicitation FA8601-26-Q-0004. The document addresses two key questions from potential offerors. The first inquiry clarified the requirement for a Data Acquisition Interface, with the Air Force specifying a preference for a balance without a termination connector and requesting 7-8 feet of external wire for local connections to existing equipment. The second question concerned the inclusion of representations and certifications in proposals. The Air Force clarified that offerors must complete and include page 3 of the solicitation, along with specific provisions and clauses starting on page 22 (52.209-11, 52.212-3, 52.212-3 Alt I), or submit a previously completed copy of these clauses if available. This document is crucial for offerors to ensure compliance and accurate proposal submission for the solicitation.
    Lifecycle
    Title
    Type
    Wind Tunnel Balance
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Habco Air Flow/Pressure Test Kits – P/N 1093007
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking to procure three Habco Air Flow/Pressure Test Kits, Part Number 1093007, through a Firm Fixed Price purchase order. This acquisition is critical for aircraft maintenance and repair, ensuring the operational readiness of Air Force equipment. Interested vendors must submit their quotations by December 3, 2025, at 12:00 PM CST, via email to Annita Wooten at annita.wooten@us.af.mil, and must be registered in the System for Award Management (SAM). The procurement is set aside for small businesses, and the government intends to award the contract without interchanges, although it reserves the right to conduct them if necessary.
    F108 STAGE 1 FAN BLADES REPAIRS 005-010 BPA
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center at Tinker Air Force Base, is seeking quotes for a Blanket Purchase Agreement (BPA) for the repair of F108 Stage 1 Fan Blades, covering repairs 005 through 010. This procurement requires contractors to be OEM Design Authority-certified repair sources for CFM 56-2 Fan Blades and to adhere to specific performance and quality standards outlined in the Performance Work Statement. The BPA will have a maximum value of $24 million over five years, with individual calls not exceeding $7.5 million, and quotes are due by December 5, 2025, at 3:00 PM CST. Interested firms must register in SAM and submit their quotes via email to the primary contact, Bridgette Miles, at bridgette.miles@us.af.mil.
    Fuel System Component Test Stand
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    (Q0179) F16 Bulkhead Assmbly (P/N 16B6216-19)
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting quotes for the procurement of an F16 Bulkhead Assembly (Part Number 16B6216-19) with a total quantity of one unit. This procurement is critical due to its association with flight and safety deficiency hazards, and the delivery is required on or before May 1, 2026, to Hill Air Force Base in Utah. The opportunity is set aside for small businesses under NAICS code 336413, and interested vendors must adhere to strict packaging, marking, and quality assurance standards as outlined in the solicitation documents. Quotes are due by December 30, 2025, and potential bidders should contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil for further information.
    16--LEVEL WIND FOLLOWER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 36 units of the Level Wind Follower, identified by NSN 1680014225247. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of three. The Level Wind Follower is a critical component used in aerospace applications, and items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS). Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    Power Supplies
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for power supplies as part of a competitive Request for Quote (RFQ) issued by the Air Force Test Center located at Eglin Air Force Base in Florida. The procurement is aimed at acquiring new equipment, as refurbished or used items will not be accepted, and requires offerors to provide a detailed technical description of the items. This opportunity is significant for companies in the Aircraft Engine and Engine Parts Manufacturing sector, as it aligns with the government's need for reliable and compliant power supply solutions. Interested vendors must submit their quotes and relevant product literature by 10:00 AM CST on December 4, 2025, and can direct inquiries to Brittany Linthicome at brittany.linthicome@us.af.mil.
    C-130J LONGERON ASSEMBLY, FUSELAGE
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting quotes for the procurement of a Longerons Assembly, Fuselage, Part Number 342986-6L, with a quantity of one unit required. This procurement is critical due to its urgency related to flight and safety deficiencies, necessitating delivery to Hill Air Force Base, Utah, by January 30, 2026. The opportunity is set aside for small businesses under the NAICS code 336412, and interested vendors must submit their quotes by December 29, 2025, while also adhering to specific instructions for accessing technical drawings and compliance with military packaging standards. For further inquiries, potential bidders can contact Brad Wood at bradley.wood.11@us.af.mil or Arthur Gumushyan at arthur.gumushyan@us.af.mil.
    VTI Instruments DAQ Card
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking proposals from qualified Women-Owned Small Businesses (WOSBs) to supply a VTI Instruments DAQ Card, specifically part number 70-0071-002, which includes a VM9000 carrier and three VM3618 DAC modules. This procurement is critical for military operations, as it involves specialized data acquisition equipment necessary for effective maintenance and operational capabilities at Tinker Air Force Base in Oklahoma. Interested vendors must submit their offers by December 9, 2025, with a delivery deadline set for May 15, 2026, and are encouraged to reach out to primary contact Sondra Groth at Sondra.Groth@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further information.
    F108 Stage 1 Fan Blade Repair 005-010 (please respond by 24 February 2025 at 4:00 PM CST)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the finishing repairs of the F-108/CFM 56-2A/B Stage 1 Fan Blade, with a focus on parts associated with NSN 2840-01-196-6053PN. The procurement will be executed through a Firm-Fixed-Price Blanket Purchase Agreement, and interested parties are encouraged to demonstrate their capabilities, experience, and qualifications related to the repair process by submitting documentation by February 24, 2025. This opportunity is critical for maintaining the operational readiness of aerospace components, and potential contractors must comply with established technical and quality assurance standards as outlined in the associated Repair Data List and Repair Qualification Requirements. For further inquiries, interested businesses can contact Jaqueline Hughes at jaqueline.hughes@us.af.mil or Bridgette Miles at bridgette.miles@us.af.mil.
    66--TRANSMITTER,PRESSUR
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of 13 units of the Transmitter, Pressure (NSN 6685016149466). This solicitation is a Total Small Business Set-Aside and aims to acquire instruments essential for measuring and controlling industrial process variables, which are critical for various defense applications. Interested vendors are required to submit their quotes electronically, as hard copies will not be provided, and the solicitation details can be accessed through the DLA's online platform. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil, with quotes due within 157 days after the award date.