Vibration Test System

SOL #: FA860126Q0012Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8601 AFLCMC PZIO
WRIGHT PATTERSON AFB, OH, 45433-5344, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Laboratory Equipment And Supplies (6640)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Last Updated
Mar 25, 2026
3
Submission Deadline
Apr 1, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force (DAF), specifically AFLCMC/PZIO at Wright-Patterson AFB, OH, is soliciting proposals for a Vibration Test System for the Air Force Institute of Technology (AFIT). This is a Firm Fixed-Price contract issued as a Request for Quote (RFQ) under FAR Parts 12 and 13. The system is required to support environmental testing of spacecraft components and aeronautical research. Proposals are due by April 1, 2026, at 1:00 PM EDT.

Scope of Work

The requirement is for a vibration test system, including a slip table, shaker, and control/data collection electronics. The system must be capable of simulating harsh vibration load conditions. A Brand Name Justification specifies that an ETS Solutions shaker and amplifier are required for specific components (SOW section II, paragraphs 1-4) due to unique capabilities like proprietary iDOF software and 32-bit digital to analog conversion.

Key specifications include:

  • Shaker: Minimum 29 kN (6,540 lbf) load capacity in sine or random vibration profiles, with a frequency response range of 20Hz to 2,000Hz. The brand-name ETS shaker is specified with an 8,800lbf capacity.
  • Slip Table: At least 30x30 inches with a low-friction surface and specific bolt pattern.
  • Control System: NIST calibrated, programmable for sine sweep, track and dwell, random vibration, and shock test profiles.
  • Data Collection System: NIST calibrated, minimum 8 accelerometer input channels (expandable to 16).
  • Physical Constraints: All delivered hardware must pass through a 70-inch wide, 78-inch tall doorway with a 6-inch wide jam. Vendor-provided rigger services are required for on-site assembly if the fully assembled unit cannot pass.
  • Performance Standards: Testing requirements are governed by MIL-HDBK-340A (USAF), MIL-STD-1540D, and GSFC STD-7000A.
  • Special Requirements: On-site training for two AFIT/ENY technicians and on-site setup/installation are mandatory. All products must be manufactured in a qualifying country per DFARS 225.872.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP)
  • Opportunity Type: Combined Synopsis/Solicitation (RFQ)
  • Solicitation Number: FA8601-26-Q-0012
  • Product Service Code (PSC): 6640 (Laboratory Equipment And Supplies)
  • NAICS Code: 334516 (Measuring, Medical, and Controlling Devices Manufacturing) with a 1000-employee size standard.
  • Set-Aside: Unrestricted
  • Period of Performance: Delivery NLT 12 weeks after contract award.
  • Place of Performance: AFIT/ENY, 2950 Hobson Way, Wright-Patterson AFB, OH 45433.
  • Contacts:

Submission & Evaluation

Proposals must be submitted electronically to both the Contracting Officer and Contracting Specialist by April 1, 2026, at 1:00 PM EDT. The subject line must be “FA8601-26-Q-0012, Vibration Test System.” Proposals should be in two separate parts: technical and price.

  • Evaluation Basis: Award will be made to the lowest-priced Offeror who submits a proposal that conforms to requirements, receives an "Acceptable" rating on the Technical Capability evaluation factor, and has the lowest total evaluated price (TEP) that is fair and reasonable.
  • Required Proposal Items: Company name, address, SAM Unique ID, Cage Code, TIN, POC, proposal number & date, validity timeframe, total price (Net 30), shipping (FOB Destination), and a completed copy of Representations and Certifications. Proposals must also include a complete description of items offered and technical manuals/literature to demonstrate compliance with the SOW.

Important Notes

Offerors must be registered in the System for Award Management (SAM) and maintain active registration. Electronic submission of payment requests via Wide Area Workflow (WAWF) is required. Email submissions are limited to 5MB, and compressed files (.zip, .exe) are not permitted; only .pdf, .doc, .docx, .xls, or .xlsx attachments are allowed. Confirmation emails will be sent upon receipt of proposals. The government reserves the right to award without discussions or make no award.

People

Points of Contact

Dametria WalderPRIMARY
Claire HessSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Mar 25, 2026
Version 2
Solicitation
Posted: Mar 3, 2026
View
Version 1
Solicitation
Posted: Feb 23, 2026
View
Vibration Test System | GovScope