Custom C-17 ADS Link Calibration Adapters
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 Test Center (AFTC/PZZF) at Edwards AFB is seeking Custom C-17 ADS Link Calibration Adapters. This is a Combined Synopsis/Solicitation (RFQ) for a firm-fixed-price acquisition. While the requirement is intended as a sole-source award to Instron (the Original Equipment Manufacturer) due to proprietary technical data, other responsible sources are invited to submit complete quotes and technical capability statements for consideration. Offers are due by May 15, 2026, at 12:00 PM.
Scope of Work
The acquisition is for "CLEVIS GRIPS w/HARDWARE for ground support equipment" (Part Number CP139582), which are custom-manufactured C-17 Air Drop System (ADS) Link Calibration adapters. These adapters are essential to interface with the Government's recently acquired 70,000 lb. capacity calibration machine, enabling in-house ADS Link calibration. This capability is critical for supporting future Missile Defense Agency (MDA) test projects and is projected to save approximately $10,000 annually.
Contract & Timeline
- Type: Firm Fixed Price (RFQ)
- Set-Aside: Unrestricted (intended sole source to Large Business, Instron)
- NAICS: 334515 (Electrical And Electronic Properties Measuring And Testing Instruments), Size Standard: 750 employees
- Delivery: 30 Days ARO (After Receipt of Order), FOB Destination to Edwards AFB, CA 93524
- Offers Due: May 15, 2026, 12:00 PM
- Published: May 5, 2026
Evaluation
For the intended sole-source award, the Government will award a purchase order to Instron upon a determination that the proposed price is fair and reasonable. For any other responsible sources submitting quotes, the Government will evaluate their technical capability to meet the detailed requirements. The Government intends to award without discussions, so initial quotes should contain the offeror’s best terms.
Submission Requirements
Offerors must provide their SAM UEI, TIN Number, CAGE Code, Contractor Name, Payment Terms (NET 30 or discount), Point of Contact Name and Phone Number, Email address, Warranty, Date Offer Expires, FOB Destination, and Estimated Delivery Lead Time. Quotes must include complete copies of all applicable provisions and clauses. Offers must be submitted via email to Josiah Broadway (josiah.broadway@us.af.mil) and Christina Day (christina.day.6@us.af.mil). The maximum file size for email submissions is 10MB.
Additional Notes
The sole-source justification is based on Instron's proprietary technical data, which is deemed necessary for a safe and correct interface with the existing calibration machine. Efforts are being made to preclude future sole-source awards by inquiring about data rights and updating future system requirements. No formal public question period is established; Instron may submit questions directly to the buyer.