Fatty-Acid Methyl Ester (FAME) Analyzers (x3) for Jet Fuel Testing
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 is conducting market research via a Sources Sought notice to identify qualified vendors for three Fatty-Acid Methyl Ester (FAME) Analyzers for jet fuel testing. These analyzers are required for the Aerospace Fuels Laboratories at Wright-Patterson AFB, OH; Vandenberg SFB, CA; and Cape Canaveral SFS, FL. The government is exploring a potential small business set-aside. Responses are due March 16, 2026, at 12:00 PM ET.
Purpose & Scope
This market research aims to identify potential sources capable of providing three durable FAME Analyzers that conform to ASTM D7797-23 for routine and investigative testing on various jet fuels (Jet A, JP-5, JP-8, F-76). The information gathered will inform the acquisition strategy, including whether to set aside the requirement for small businesses. The scope includes procurement, on-site installation, performance verification, training, and technical support.
Key Requirements
The FAME Analyzers must be fully automatic, capable of analyzing 3-4 samples per hour, and detect FAME components (C8-C22) within specified ranges. They must operate within 10-35°C and <80% RH, utilize a sorbent cartridge, be self-cleaning, and feature a touch display, memory, USB ports, and printer connectivity. Physical specifications include a benchtop unit, weighing <=100 lbs, with dimensions <=24"x24"x24", and requiring standard 100-240V power. Products must be manufactured in a qualifying country source per DFARS 225.872 and include a minimum one-year warranty.
Submission Requirements
Interested firms must submit a capabilities package, not exceeding five pages, via email to the listed contacts. The package must include: company details, ownership status, socio-economic status, DUNS/CAGE, manufacturer information, warranty details, recent commercial sales history, and a statement regarding proprietary data. Small business respondents must detail how they will meet the FAR 52.219-14 Limitations on Subcontracting clause. All respondents should provide feedback on potential small business subcontracting areas and address a capability survey covering facility capabilities, past experience, and market pricing.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- NAICS Code: 423490 (Other Professional Equipment and Supplies Merchant Wholesalers), Size Standard: 150 employees
- Set-Aside: Decision pending based on market research; potential Small Business Set-Aside.
- Response Due: March 16, 2026, 12:00 PM ET
- Published Date: February 27, 2026
- Place of Performance: Wright-Patterson AFB, OH; Vandenberg SFB, CA; Cape Canaveral SFS, FL
- Delivery/Installation: Within 12 weeks after contract award.
Contacts
- Primary: Curtis Thomas (curtis.thomas.4@us.af.mil)
- Secondary: Raschelle Swindle (raschelle.swindle@us.af.mil)