Dual Source Resistance Bridge
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's Metrology Calibration Program (AFMETCAL) is conducting market research through this Request for Information (RFI) / Sources Sought to identify potential sources for two Dual Source High Resistance Bridges. These bridges are intended for use at the Air Force Primary Standards Laboratory (AFPSL). Responses are due by May 1, 2026, at 2:00 PM ET.
Scope of Requirement
AFMETCAL is seeking two Dual Source High Resistance Bridges, designed as Dual Arm Bridges (not electrometers). These devices will measure resistor values from 100 kΩ to 10 PΩ at voltages from 1 to 1000 Volts DC. Key performance requirements include specific uncertainty levels ranging from 7 ppm (100 kΩ to 10 GΩ) up to 15,000 ppm (1 PΩ to 10 PΩ), an operating temperature of 23 °C ± 5 °C, and both automatic and manual operation. Automation must utilize a 10-Channel Coaxial Matrix High-Ohm Scanner. Reconditioned, remanufactured, or used materials are not acceptable. The estimated quantity is two units over one year.
Purpose & Information Requested
This RFI is for planning purposes only and is not a solicitation or commitment to issue a contract. The government will not pay for information submitted. Interested vendors should provide a brief capability statement including:
- Company Information: DUNS, CAGE, business size (small/large), socioeconomic status (e.g., SDB, WOSB, VOSB, SDVOSB, 8(a), HUBZone, HBCU/MI), and whether the firm is a manufacturer or reseller.
- Experience & Capabilities: Relevant experience, sales history (commercial), technical capabilities (literature, brochures, warranty, similar awards), and commercial item status.
- Pricing & Delivery: Estimated price per unit, total quantity price, quantity discounts, and estimated delivery time.
- Contracting Details: GSA schedule/Government contract information, acceptance of Government purchase card, SAM registration verification, and domestic/foreign ownership details.
- Point of Contact: Full contact information.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 334513 (Size Standard: 750 employees)
- Set-Aside: None specified (market research to determine potential set-asides)
- Response Due: May 1, 2026, 2:00 PM ET
- Published: March 31, 2026
Submission Details
Responses, limited to .pdf, .doc, or .xls formats, should be submitted via email to Megan Moretti (megan.moretti@us.af.mil) or Frank Capuano (frank.capuano@us.af.mil). Alternatively, submissions can be sent via FAX to 937-713-5841 or mail to 813 Irving-wick Dr W., Horton Building, Heath OH 43056-1199. All correspondence must reference 26E-036A-DC. Early responses are encouraged.