2023 UFR NI DAQ for Wind Tunnel
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, AFLCMC/PZI Installation Contracting Support, at Wright-Patterson AFB, OH, is soliciting quotes for two National Instruments Data Acquisition (DAQ) Systems for wind tunnel operations. This is a combined synopsis/solicitation (FA860126Q0029) for commercial items, expected to result in a Firm Fixed Price (FFP) contract. The requirement is for specific NI Emerson brand components to support the transition to hypersonic conditions. Quotes are due by April 16, 2026, at 4:00 PM EST.
Scope of Work
The contractor shall provide two National Instruments Data Acquisition Systems, including specific components such as a PXIe-1088 chassis, PXIe-6509 digital I/O module, PXIe-8862 controller with Windows 11 IOT LTSC, PXIe-6361 DAQ, PXIe-4331 analog input modules, PXIe-4353 thermocouple input, NI TB-4353 terminal block, SCB-100A connector block, and associated cables and power cords. These systems are crucial for capturing data and controlling supersonic wind tunnels. All proposed products must be domestic or qualifying country end products per DFARS 252.225-7001. A 3-year warranty on all parts is required.
Contract Details
- Contract Type: Firm Fixed Price (FFP) commercial procurement using Simplified Acquisition Procedures (FAR Part 13).
- Product Service Code: 6625 (Electrical And Electronic Properties Measuring And Testing Instruments).
- NAICS: 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) with a size standard of 750 Employees.
- Set-Aside: This requirement has no set-asides (Unrestricted).
- Period of Performance: Delivery is required within 60 days After Receipt of Order (ARO).
- Place of Performance: Wright Patterson AFB, OH 45433.
- Delivery: FOB Destination.
Evaluation and Award
Award will be made to the responsible offeror submitting the Lowest Price Technically Acceptable (LPTA) quotation. Quotes must conform to requirements, comply with the minimum SOW requirements (evidenced by a complete equipment description), and be determined fair and reasonable. The government reserves the right to conduct interchanges or make no award.
Submission Requirements
- Quotes Due: April 16, 2026, at 4:00 PM EST.
- Questions Due: April 13, 2026, at 4:00 PM EST.
- Submission Method: Electronically via email to Nasir al-Din Rashid (nasir_al-din.rashid.1@us.af.mil) and Claire Hess (claire.hess.1@us.af.mil).
- Email Subject Line: "FA860126Q0029, 2023 UFR NI DAQ for Wind Tunnel".
- Email Size/Attachments: Entire quotation must be in a single email not exceeding 5 MB. Only .pdf, .doc, .docx, .xls, or .xlsx attachments are permitted; .zip or .exe files are not allowed.
- SAM Registration: Offerors must be registered in SAM.gov to be considered responsive.
- Quote Content: Must include aggregate total of base plus all option year CLINS (if requested), be in whole dollars, conform to CLIN structure, and provide a description/detail of the equipment.
- Quote Acceptance Period: Offerors must hold prices firm for 60 calendar days.
Additional Notes
A Brand Name Justification document explains the requirement for NI Emerson brand components due to significant existing investment in NI LabView software and the time/cost associated with adapting to other equipment. The SOW details specific technical requirements. Commercial vehicle deliveries to Wright-Patterson AFB have specific inspection procedures at Gate 16A. Payment will be 100% upon completion via Wide Area Work Flow (WAWF).