Acoustic Testing Equipment
ID: FA469025Q0020Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Other Measuring and Controlling Device Manufacturing (334519)

PSC

SETS, KITS, AND OUTFITS OF MEASURING TOOLS (5280)

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 proposals from small businesses for the procurement of STC brand name acoustic testing equipment and associated training for the 28th Maintenance Group at Ellsworth Air Force Base in South Dakota. The requirement includes a comprehensive acoustic testing equipment kit designed to measure sound transmission class ratings, along with in-person training for up to eight participants on equipment setup and operation. This acquisition is crucial for enhancing military capabilities in sound measurement and environmental sound quality assessment. Interested vendors must submit their quotes electronically by April 28, 2025, and are encouraged to direct inquiries to Nicholas Oak at nicholas.oak@us.af.mil or Jason Hankins at jason.hankins@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the specifications for an Acoustic Testing Equipment package to be provided by Transformational Security, LLC for the Program Integration Office (PIO). This equipment is designed to measure the sound transmission class (STC) rating of various structures such as walls, doors, and partitions. It includes a battery-powered NIST-certified sound level meter, software for remote measurements, a class 1 microphone, a precision calibrator, a high-power speaker, and various accessories for effective operation and transport. The document also details training requirements, which will be conducted in person for up to eight qualified participants, covering equipment setup, operation, and basic acoustics. The overall purpose of this RFP is to procure sound testing equipment and training to enhance acoustic evaluation capabilities within federal projects, ensuring compliance with standards for sound measurement and environmental sound quality.
    The Program Integration Office (PIO) is seeking to procure acoustic testing equipment and training for new facilities at Ellsworth AFB. The objective is to obtain a comprehensive, battery-powered, NIST-Certified sound level meter, accompanied by essential accessories, including measurement software, a Class 1 microphone, a calibration unit, a powerful speaker, a white noise generator, and high-quality hearing protection gear. Additional requirements include a laptop, tripods, magnetic mounts, and a travel case with custom foam for protection of sensitive equipment. Furthermore, the PIO office mandates in-person training lasting five days, aimed at teaching the operational setup and basic acoustics to eight participants. The deadline for delivery of the equipment is stipulated to be within 90 days after the official request order (ARO). This proposal outlines the specific needs for effective acoustic testing, emphasizing the importance of proper training alongside high-quality materials to facilitate successful implementation.
    This document outlines the provisions and clauses applicable to a Request for Quote (RFQ) utilizing Simplified Acquisition Procedures as per FAR 13. It mandates that all firms must be registered in the System for Award Management (SAM) to be eligible for consideration. Quotes must be submitted electronically by a specific due date, including various required documents such as Representations and Certifications per FAR 52.212-3 and Small Business Program Representations per FAR 52.219-1. The RFQ highlights key instructions for offerors, including a minimum quote validity of 60 days, requirements for Freight on Board (FOB) terms, and detailed evaluation criteria prioritizing price and technical capability. Contracts will be awarded based on the most advantageous offer to the government, considering both price and compliance with technical specifications detailed in the RFQ attachments. Additionally, the document includes several mandatory FAR and DFARS clauses, concerning health and safety, subcontractor regulations, and payment processing through Wide Area Workflow (WAWF). It emphasizes that adherence to these provisions is crucial for potential vendors in securing government contracts, ensuring compliance with legal and safety standards throughout the contract period.
    The document is a combined synopsis and solicitation for commercial items issued by the Department of the Air Force (DAF) concerning the procurement of an STC brand name acoustic testing equipment kit and associated training for the 28th Maintenance Group at Ellsworth Air Force Base, South Dakota. The solicitation, under the RFQ number FA469025Q0020, is specifically set aside for small businesses with a NAICS code of 334519, where the size standard is a maximum of 600 employees. The government reserves the right to cancel the solicitation at any point without obligation to reimburse offerors for any incurred costs. Key submission deadlines include questions due by April 24, 2025, with responses provided by April 25, and quotes due by April 28, 2025. This solicitation includes attachments detailing the salient characteristics and brand name justification for the requested equipment and training. Contacts are provided for a contract specialist and a contracting officer for further inquiries. The document outlines a formal procurement process aimed at enhancing military capabilities through specialized equipment acquisition while ensuring compliance with federal acquisition regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Dept Of Defense
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    SL Noise Reduction - Market Intelligence Request
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking market intelligence from vendors for the "SL Noise Reduction" project, aimed at conducting a comprehensive noise assessment study at Arnold AFB in Coopertown, Tennessee. The procurement requires vendors to provide detailed technical capabilities in noise level measurement, solution development, and compliance with regulatory standards, including the modification of exhaust ducts and installation of barriers. This initiative is crucial for ensuring compliance with safety and health standards while mitigating noise levels in both indoor and outdoor areas. Interested vendors should contact Greggory Jones at greggory.jones.4@us.af.mil for further details and must adhere to NIST SP 800-171 compliance, providing their CAGE code to access sensitive project documents.
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to issue a Request for Proposal (RFP) for the Common Armament Tester for Fighters (CAT-F) project, aimed at designing, developing, manufacturing, and sustaining testing equipment for the F-16, F-15, and A-10 aircraft platforms. This procurement is critical for ensuring effective maintenance capabilities, as the CAT-F will be used to test Preload, Clean Wing, and Fault Isolation Requirements at both Organizational (O-Level) and Intermediate (I-Level) Maintenance levels. The acquisition will follow a Full and Open Competitive Acquisition process, with an anticipated RFP issue date in the third quarter of FY25 and a response deadline of 45 days thereafter. Interested parties can direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, with the project expected to include a mix of pricing arrangements and a delivery schedule for prototypes beginning 12 months after order placement.
    Material Test System (SOLE SOURCE)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is issuing a Request for Quote (RFQ) FA822725Q4910 for calibration services of the Material Test System (MTS) and High Rate Propellant Test System (HRPTS) at Hill Air Force Base, Utah. This procurement is a Sole Source award to MTS Systems Corporation, which will provide essential calibration services for the 582nd Missile Maintenance Squadron, ensuring the systems operate within design specifications critical for the Air Force Nuclear Weapons Center's Aging and Surveillance Program. Proposals are due by December 15, 2025, at 3:00 p.m. MST, with questions accepted until December 10, 2025, at 3:00 p.m. MST; interested vendors should submit their quotes via email to Contract Specialist Rachel Wright and Contract Officer Melissa Huston.
    Advanced Multiplexed Eddy Current Array
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from qualified small businesses for the procurement of one Advanced Multiplexed Eddy Current Array to be delivered to Tinker Air Force Base in Oklahoma. This specialized equipment must meet specific technical requirements, including a rugged design weighing less than 3.5 lbs, a frequency range of 10 Hz – 12.5 MHz, and a minimum 7-inch capacitive touch screen display with an IP65 rating, along with advanced software capabilities for C-scan recording and digital signal processing. The contract is set aside for small businesses, with proposals due by December 18, 2025, and delivery required by March 20, 2026; interested parties should direct inquiries to Madelyn Thompson at madelyn.thompson@us.af.mil or call 405-739-9120.
    F-16 Test Set, Pneumatic
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Ogden, Utah, is soliciting quotations for the procurement of two Pneumatic Test Sets (NSN: 4920-99-575-1342) specifically designed for F-16 aircraft. This opportunity is open to qualified sources, including BAE Systems and Druck Limited, and requires compliance with various standards, including ISO 9001:2000, as well as adherence to specific packaging and marking requirements outlined in military standards. The procurement is critical for maintaining the operational readiness of F-16 aircraft, ensuring that the necessary equipment is available for maintenance and repair. Quotations are due by January 16, 2026, and interested parties should direct inquiries to April Blakeley at april.blakeley@us.af.mil for further information.
    C-130, C-17 and C-5 Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is preparing to solicit a contract for the repair of Solid State Cockpit Voice Recorders (SSCVR) and Flight Data Recorders (SSFDR) for the C-130, C-17, and C-5 aircraft. The procurement aims to establish a five-year, Firm Fixed Price, Requirements, Indefinite Delivery Contract (IDC) that includes one base period of 12 months and four additional ordering periods, with the intent to negotiate solely with ACRON AVIATION, INC. for these services. This equipment is critical for flight safety and operational integrity, and the official Request for Proposal (RFP) is expected to be issued on February 1, 2026. Interested parties may submit their Statements of Capabilities to the designated contacts, Chiquita Glover-Perkins and Anthony Simmons, via email for consideration in the procurement process.
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    Common Armament Tester for Fighter (CAT-F)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Common Armament Tester for Fighter (CAT-F) program, aimed at developing, manufacturing, and sustaining armament testers for F-16, F-15, and A-10 aircraft. This procurement involves creating a versatile armament tester capable of performing essential maintenance tasks, including Preload, Clean Wing, and Fault Isolation Requirements at both O-Level and I-Level Maintenance. The selected contractors will be responsible for delivering prototypes and subsequent production units, with a total maximum contract value estimated at $420,430,000.00, and the contract period includes a one-year basic term with four one-year options. Interested parties should direct inquiries to Oya Harrison at oya.harrison.1@us.af.mil or Alexis Davis at alexis.davis.13@us.af.mil, noting that the proposal due date is currently indefinite due to a protest, with updates to be provided in forthcoming amendments.