VTI Instruments DAQ Card
ID: FA812526Q0015Type: Solicitation
Overview

Buyer

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

NAICS

Electronic Computer Manufacturing (334111)

PSC

IT AND TELECOM - COMPUTE: SERVERS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) (7B22)

Set Aside

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

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force, specifically the Oklahoma City Air Logistics Complex (OC-ALC) at Tinker Air Force Base, is seeking to procure a VTI Instruments DAQ Card, part number 70-0071-002. This requirement specifies one card, which must include a VM9000 carrier and three VM3618 DAC (digital-to-analog converter) modules. This request is likely part of a federal government RFP, indicating a need for specialized data acquisition equipment for military operations or maintenance.
    This government solicitation, FA812526Q0015, issued by the United States Air Force, outlines requirements for a Women-Owned Small Business (WOSB) to supply one VTI Instruments DAQ (data acquisition) Card (part number 70-0071-002). The acquisition is set aside for WOSBs and has a NAICS code of 334111 with a size standard of 1250. Key details include an offer due date of December 9, 2025, a delivery date of May 15, 2026, to Tinker Air Force Base, Oklahoma. The document specifies detailed delivery instructions, contractor ID badge requirements, and prohibitions on photography/videography and unauthorized disclosure of DoD information. It also incorporates numerous FAR and DFARS clauses, particularly emphasizing electronic invoicing via Wide Area WorkFlow (WAWF) and item unique identification and valuation. An ombudsman is designated for resolving contractor concerns.
    Lifecycle
    Title
    Type
    VTI Instruments DAQ Card
    Currently viewing
    Solicitation
    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.
    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.
    VDATS Support Equipment Rhodes & Schwartz
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment, particularly kits for assembling VDATS stations, under a firm fixed price Requirements type contract. This acquisition is essential due to the proprietary nature of the equipment provided by the Original Equipment Manufacturer, Rhodes & Schwartz USA, Inc., and will span a five-year period with no guaranteed minimum or maximum quantities. Interested offerors must demonstrate their financial capability and include necessary documentation such as pricing, cage code, and taxpayer ID, with delivery to Robins AFB, Georgia. For further inquiries, potential bidders can contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    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.
    Circuit Card Assembly - NSN: 5998-01-538-1959IM - P/N: 012095-0001
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of twenty (20) Circuit Card Assemblies (NSN: 5998-01-538-1959IM) from Indra Air Traffic, Inc. This sole source requirement is critical for supporting the Air Traffic and Landing System, with a firm fixed price contract requiring delivery to Tinker Air Force Base by April 27, 2027. Interested parties must submit their quotes by December 5, 2025, and can direct inquiries to Contract Specialist Luisa K. Schum at luisa.schum@us.af.mil or Procuring Contracting Officer J. Lance Culver at jimmy.culver@us.af.mil.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Buyer not available
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Advanced Multiplexed Eddy Current Array
    Buyer not available
    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.
    VDATS POWER SUPPLIES
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of HPC-4K Power Supplies for VDATS Equipment Block 2, intended for the Electronics Maintenance Group at Robins Air Force Base in Georgia. The contract requires the delivery of five units each of upper and lower power supply kits, with strict compliance to security and supply chain risk management protocols to ensure the integrity of the equipment. This procurement is critical for maintaining operational capabilities and preventing counterfeit parts, with a delivery timeline of 12 months post-award. Interested vendors should direct inquiries to Gwendalh Sealey at gwendalh.sealey@us.af.mil or Amanda Ruffin at amanda.ruffin@us.af.mil, as this opportunity is being solicited as a single source requirement to Tracewell Technology.
    Transducer Switch A
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Huntsville, Alabama, is soliciting proposals for a Firm Fixed Price contract to supply "Transducer Switch A" (NSN: 1055-01-214-3315, Mfr Part Number: 13027536) in support of the Multiple Launch Rocket System. The procurement requires the successful offeror to conduct a Government First Article Test (GFAT) of one unit within 400 days, followed by the delivery of 199 production units within 845-1175 days after contract award, adhering to specific packaging and marking standards. This contract is set aside for Women-Owned Small Businesses (WOSB) and is subject to export control regulations, with access to technical data packages limited to firms with active JCP certification. Interested parties should contact Shonika McCreless at shonika.mccreless@dla.mil or Nicole Thompson at nicole.thompson@dla.mil for further details, and must comply with the Defense Priority and Allocations System (DPAS) requirements.
    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.