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) to identify qualified vendors for Aircrew Accommodation Lab Support. This market research aims to find companies capable of providing comprehensive laboratory operational support for the Airmen Accommodation Lab (AAL), focusing on the test and evaluation of aircrew flight equipment (AFE) and aircraft crew stations to assess anthropometric accommodation for the USAF population. Responses will inform the acquisition strategy. Responses are due February 22, 2026, by 12:00 PM EST.
Scope of Work
The required support, detailed in the draft Performance Work Statement (PWS), involves extensive laboratory operations, including:
- Performing AAL testing and evaluations, working within an integrated contractor and government team.
- Procuring materials, equipment, and supplies, and recruiting test participants.
- Developing models for aircrew accommodation performance, equipment fit, and user size/shape.
- Determining the relationship between body size/shape and AFE fit, and conducting accommodation evaluations for aircraft cockpits and operator workstations.
- Developing and improving anthropometric performance assessment methods, and developing updated multivariate boundary cases based on DoD anthropometric data.
- Implementing motion capture, 3D model generation, animation, and synthetic data capabilities.
- Contractor personnel will require base access to Wright-Patterson AFB, OH, and must provide an off-base AAL Laboratory facility.
Contract & Timeline
- Type: Sources Sought Synopsis (Market Research)
- NAICS: 541380 (Engineering Services)
- Set-Aside: Not yet determined. Market research will inform whether the future acquisition will be full and open, a small business set-aside, sole source, or utilize a DLA contract. Small businesses are strongly encouraged to respond. The Nonmanufacturer Rule exception applies.
- Response Due: February 22, 2026, 12:00 PM EST
- Published: February 20, 2026
Response Requirements
Interested parties should submit a response (limited to 10 pages) via email, addressing:
- Ability to meet PWS requirements, including specific lab support capabilities.
- Required Government Furnished Equipment/Property/Information (GFE/GFP/GFI) and available Contractor Furnished Equipment/Property/Information (CFE/CFP/CFI).
- Existing support capabilities (staff, training, knowledge, skills, abilities).
- Company administrative information and small business status (e.g., Small Business, WOSB, 8(a), HUBZone, VOSB, SDVOSB).
- If a small business set-aside is considered, how FAR 52.219-14 (Limitations on Subcontracting) would be met.
- Interest in serving as a prime contractor or subcontractor.
- The Contract Data Requirements List (CDRL) outlines specific data deliverables expected if a contract is awarded.
Additional Notes
This SSS is for information and planning purposes only and does not constitute a request for proposal or a commitment to award a contract. All costs associated with responding are at the responder's expense. Questions must be submitted in writing to the listed points of contact.