Advanced Multiplexed Eddy Current Array
ID: FA812526Q0021Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8125 AFSC PZIMATINKER AFB, OK, 73145-3303, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS (6625)

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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force's 76th AMXG/MXDEN Squadron is requesting funds to purchase an A26-012 ET Advanced Multiplexed Eddy Current Array. This specialized equipment is detailed with specific technical requirements for an Advanced Eddy Current Instrument, a detachable compact multiplexer, and an array transducer/probe. The instrument must be rugged, weigh less than 3.5 lbs, have a frequency range of 10 Hz – 12.5 MHz, and feature a minimum 7-inch capacitive touch screen display with IP65 rating. Software requirements include C-scan recording, digital signal processing, and report generation. The multiplexer needs to support up to 64 channel array probes, while the array transducer/probe requires a laser encoder and a minimum of 64 elements/sensors. The point of contact for this memorandum is Brett Stroud.
    This government solicitation, FA812526Q0021, is for a Women-Owned Small Business (WOSB) to provide an Advanced Multiplexed Eddy Current Array. The Request for Proposal (RFP) was issued on December 4, 2025, with an offer due date of December 18, 2025, at 12:00 PM. The acquisition is unrestricted, under NAICS code 334515 with a size standard of 750. Delivery is required by March 20, 2026, to Tinker Air Force Base, Oklahoma, with specific instructions for truck entry gates and deliveries to Building 3001. The contract incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including requirements for electronic payment via Wide Area WorkFlow (WAWF) and item unique identification and valuation.
    Lifecycle
    Title
    Type
    Similar Opportunities
    UniWest EVI Instrument Kit
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a UniWest EVi Advanced Eddy Current Instrument Kit, which includes various accessories necessary for aircraft inspections. This procurement aims to acquire equipment that is portable and capable of producing c-scan results from eddy current inspections, thereby enhancing the efficiency and effectiveness of on-site aircraft maintenance operations at Tinker Air Force Base in Oklahoma. The solicitation outlines detailed contractual requirements, including delivery instructions, packaging standards, and compliance with various Federal Acquisition Regulation (FAR) clauses, emphasizing the importance of adhering to established communication protocols. Interested parties should direct inquiries to Paula Perry or Sheridan Robison via email, with the solicitation document available for review to understand the full scope of requirements and deadlines.
    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.
    Zeiss XTR Probe Head
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a Zeiss XTR Probe Head and associated components for the Oklahoma City Air Logistics Complex at Tinker Air Force Base. The requirements include one Zeiss Vast XTR Gold Probe Head, ten Zeiss Vast XTR Adapter Plates, and five Zeiss Vast XTR Probe Change Sockets, along with comprehensive technical documentation and a one-year warranty for all items. These components are critical for the operation of the Zeiss Contura Coordinate Measuring Machine, which is essential for precision measurement and testing in various defense applications. Interested vendors, particularly small businesses, should contact Brian Eakers at brian.eakers@us.af.mil or Kyle Newcomb at Kyle.newcomb@us.af.mil for further details, as this opportunity is set aside for total small business participation.
    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.
    Postal Meter
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the lease of postal meter equipment, including an automated mailing processing machine and a mail meter, for Tinker Air Force Base in Oklahoma. The contract aims to provide comprehensive services, including installation, preventive and remedial maintenance, software upgrades, and ongoing training to support the management of official mail dispatched from the base. This procurement is critical for ensuring efficient mail processing and tracking of expenditures associated with official communications. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by December 8, 2025, at 1400 Central, with a total estimated award amount of $34 million and a contract duration starting January 1, 2026, with options for four additional years. For inquiries, contact Gerald Mosley at gerald.mosley.1@us.af.mil or Samuel Nemargut at samuel.nemargut@us.af.mil.
    T-56 Electronic Amplifier
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Oklahoma City, is soliciting bids for the procurement of new manufactured electronic amplifiers, specifically Engine Temperature Controls (NSN: 5996-01-628-4657 OJ, Manufacturer Part Number: 63005 23089510). This unrestricted acquisition falls under NAICS code 336412 and requires compliance with various standards, including ISO 9001-2015 quality standards and the Buy American Act, with provisions for foreign military sales. Interested vendors must submit their offers by December 8, 2025, at 3:00 PM, and can direct inquiries to Jeremy Bryant at jeremy.bryant@us.af.mil or by phone at 405-855-7112 for further details.
    Tinker Base Supply and Munitions
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified contractors to provide Base Supply and Munitions services at Tinker Air Force Base (TAFB) in Oklahoma. The contractor will be responsible for managing personnel, equipment, and services related to supply operations, inventory control, customer support, and munitions management, ensuring compliance with Air Force regulations and maintaining war readiness. This contract is particularly significant as it supports the logistics readiness of the 72 Logistics Readiness Squadron and includes a total estimated award amount of $47 million, with a base performance period of 11 months starting in April 2026, followed by six one-year option periods. Interested parties should direct inquiries to Robert Kipler or Samuel Nemargut and submit proposals by the deadline of December 8, 2023.
    848_SCMG_MQR_Master_Item_List_Oct_2025
    Buyer not available
    The Department of Defense, specifically the Air Force Sustainment Center, is seeking qualified suppliers for the 848 SCMG MQR Master Item List, which is set for October 2025. This procurement involves a comprehensive inventory of aircraft components, including critical items such as fuzes, electronic units, and various structural parts, primarily located at Tinker Air Force Base in Oklahoma. The items listed are essential for supply chain management and manufacturing qualification within the defense sector, ensuring the availability of critical components for military operations. Interested parties can contact Tracey Beringer at tracey.beringer@us.af.mil or by phone at 7772211 for further details regarding the opportunity.
    Repair services for the JTE program; NSN5996-01-621-7893 FD; Assembly Amplifier
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide repair services for the Amplifier Assembly (NSN 5996-01-621-7893 FD) as outlined in Request for Quotation FA8250-26-Q-0036. The procurement involves a firm fixed price for the repair of one unit, with an estimated delivery timeline of 150 calendar days after receipt of the carcass, and includes additional data requirements such as Commercial Asset Visibility Air Force (CAVAF) reports and Engineering Change Proposals (ECPs). This assembly is critical for military operations, necessitating compliance with stringent quality and security standards, including a robust Counterfeit Prevention Plan. Interested parties must submit their quotations by November 24, 2025, and can direct inquiries to Valerie Humphries at valerie.humphries@us.af.mil or by phone at 801-775-6455.
    Common Armament Tester for Fighter (CAT-F)
    Buyer not available
    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.