FieldLab 58MA NSN: 6650-01-678-4220 RN
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 a Sources Sought market survey to identify qualified sources capable of providing sustainment, service, and repair for the FieldLab 58MA equipment (NSN 6650-01-678-4220 RN). This notice is for acquisition planning purposes only and is not a solicitation.
Opportunity Details
This market research aims to find contractors with the necessary expertise, capabilities, and experience for the qualification and sustainment of the FieldLab 58MA. The objective is to maximize equipment availability and performance for the Air Force's Oil Analysis Program (AF-OAP) by repairing and calibrating its modules. The government may not possess all technical data for this item.
Scope of Work
The anticipated scope involves comprehensive sustainment services, including:
- Repair of FieldLab 58MA modules.
- Providing phone support.
- Managing a rotable pool of modules, with eventual transfer to Air Force management.
- Ensuring qualified staff, facilities, technical support, remote diagnostics, maintenance, and parts replacement.
- Adherence to technical orders, software/cybersecurity updates (RMF compliance), and various reporting requirements (GIDEP, counterfeit parts, hazardous conditions).
- Compliance with security (OPSEC), safety (OSHA, ESOH), and quality management systems (QMS). Performance standards include strict metrics for CDRL quality, repair quality (e.g., no more than one failure per year), shipment response times (2 business days CONUS), and technical support response (within four hours).
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Projected Contract Duration: One basic year with a three-year option period (as per SSS), or a five-year period (as per PWS).
- Set-Aside: None specified. Both large and small businesses, including joint ventures and teaming arrangements, are encouraged to participate. Respondents are asked to identify their small business status and any work areas suitable for small business set-aside.
- Place of Performance: Anticipated at the Contractor's facility.
- Response Due: January 30, 2026, by 1400 CST.
- Published: January 14, 2026.
Submission Requirements
Interested parties must complete a Contractor Capability Survey, which includes:
- Business Information: CAGE code, NAICS code (334519), and small business status.
- Capability Survey Questions: Covering general capabilities, past experience, quality assurance, handling classified material, technical data generation, production capacity, facilities, hardware/repair capabilities, inventory management, service capabilities, testing, obsolescence management, and ability to perform partial requirements. Documentation supporting company capabilities should be submitted.
Important Notes
This is not a solicitation, and participation does not guarantee future awards. The government will not reimburse any costs incurred by respondents.