Aircrew Accommodation Lab Support
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/ROU, is conducting a Sources Sought Synopsis (SSS) for Aircrew Accommodation Lab Support at Wright-Patterson AFB, OH. This market assessment aims to identify potential sources capable of providing laboratory operational support for the Airmen Accommodation Lab (AAL), focusing on test and evaluation of aircrew flight equipment and aircraft crew stations. Responses will inform the acquisition strategy. Responses are due by February 22, 2026, 12:00 PM EST.
Purpose & Scope
This SSS seeks to gather information on vendors capable of conducting test and evaluation of aircrew flight equipment (AFE) and aircraft crew stations to assess anthropometric accommodation for the USAF population. The feedback will help determine if requirements are achievable within industry.
The scope of work, detailed in the draft Performance Work Statement (PWS), includes:
- Evaluating new life support and aircrew technologies (helmets, head-mounted systems, protective gear, uniforms).
- Utilizing and maintaining scanning equipment (3D scanners, pressure sensors).
- Developing test mock-ups, prototypes, and conducting lab/field tests.
- Providing a laboratory facility near Wright-Patterson AFB.
- Recruiting test participants and developing best practices for candidate assignment.
- Developing test plans, conducting tests, evaluating crew stations, and performing data collection/analysis.
- Writing test and technical reports.
- Developing integrated human performance and mass properties models, software, and databases.
- Improving methods for anthropometric assessments and characterizing user populations.
- Implementing motion capture, 3D model generation, synthetic data generation, and graphic design.
Requirements for Responders
Interested parties should provide feedback on their ability to meet the listed requirements and the attached PWS. Responses should include:
- Detailed description of capabilities for each requirement.
- Lists of any Government Furnished Equipment/Property/Information (GFE/GFP/GFI) or Contractor Furnished Equipment/Property/Information (CFE/CFP/CFI) needed or available.
- Description of existing support capabilities, including staff, training, knowledge, skills, and abilities.
- Indication of interest as a prime contractor or subcontractor.
- For small businesses, specific details on how FAR 52.219-14 (Limitations on Subcontracting) would be achieved, including teaming arrangements. Large businesses should provide reasonable expectations for small business utilization.
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- NAICS Code: 541380 (Engineering Services)
- Set-Aside: Not determined; market research will inform whether it will be full and open, small business set-aside, sole source, or DLA contract. Small businesses are encouraged to respond.
- Place of Performance: Wright-Patterson AFB, OH, with a required off-base AAL Laboratory facility.
- Response Due: February 22, 2026, 12:00 PM EST.
- Published: January 23, 2026.
Submission Details
Responses, limited to 10 pages, must be emailed to colin.cochran@us.af.mil and joseph.derevage.1@us.af.mil. The subject line should be: "Response to Human Systems Directorate Lab Operational Support Sources Sought Synopsis ROUK-26-001". Required administrative information includes company name, address, POC, CAGE Code, DUNS, phone, email, URL, and domestic/foreign ownership status. Companies must also state their small business status (Small, WOSB, EDWOSB, 8(a), HUBZone, VOSB, SDVOSB) under NAICS 541380.
Important Notes
This is for information and planning purposes only and does not constitute a request for proposal or a commitment to issue a solicitation or award a contract. The Government will not pay for any information submitted. Not responding does not preclude participation in future RFPs.