Coriolis Flowmeter Calibrator
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 Air Force Metrology Calibration Program (AFMETCAL) is conducting market research through a Request for Information (RFI) / Sources Sought to identify potential sources for a Coriolis Flowmeter Calibrator. This is for planning purposes only and is not a solicitation. Responses are due by February 6, 2026, at 2:00 PM ET.
Scope of Work
AFMETCAL is considering the purchase of one (1) Coriolis Flowmeter Calibrator (CFC) over a one-year period. The CFC must use water as the calibration fluid, generate flows from 50 to 110,000 kg/hour, and include four master Coriolis meters with automatic switching. Key requirements include a flow uncertainty of ±0.08% for mass flow and ±0.15% for volumetric flow, with 12-month measurement accuracy stability. The system must support various flow units, density correction, and interface with Units Under Test (UUTs) via USB and analog inputs. The physical unit should not exceed an 18 x 30 ft footprint and accommodate UUTs up to 45 inches long. A Windows 11 (64-bit) controller with specific hardware and software (including Microsoft Word and Excel) is required. An additional set of four redundant master Coriolis meters and rugged shipping cases are also specified. Reconditioned, remanufactured, or used material is not acceptable.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS Code: 334513 (Measuring and Controlling Device Manufacturing) with a 750-employee size standard.
- Estimated Quantity: 1 unit over 1 year.
- Set-Aside: None specified (market research stage).
- Response Due: February 6, 2026, at 2:00 PM ET.
- Published: January 7, 2026.
Evaluation
This RFI is for market research to identify potential sources and gather information on current capabilities. Responses will help the government assess capabilities and determine future acquisition strategies. This is not a commitment by the Government, and no funds are currently available for this acquisition.
Additional Notes
Interested vendors should submit a brief capability statement including company information (DUNS, CAGE, business size, socioeconomic status), relevant experience, sales history (commercial and government), commercial item status, GSA schedule details, technical capabilities (including commercial literature/brochures and warranty), acceptance of government purchase card, estimated price for one unit and total quantity, and estimated delivery time. Proprietary information will be safeguarded. Both large and small businesses, as well as joint ventures or teaming arrangements, are encouraged to participate. Responses should be submitted via email (preferred) to the listed points of contact, or by FAX/mail if email is not possible. The document also specifies a minimum five-year warranty and support, annual recalibration, installation by the offeror, and training.