Heated Air Supply – Market Intelligence Request
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 Market Intelligence Request for a Heated Air Supply system to support the SL-3 test facility at Arnold Air Force Base, TN. This Sources Sought aims to identify qualified vendors and gather technical and regulatory input to shape a future acquisition. Responses are due February 24, 2026.
Purpose & Scope
The government seeks to procure a system capable of providing temperature-controlled heated high-pressure air to the SL-3 test facility. This involves extending the existing ambient high-pressure air distribution system and installing a new heater and temperature control system, including all necessary utilities, equipment, and controls. The selected contractor will be responsible for providing a performance-based Statement of Work (SOW) detailing the design, procurement, fabrication, installation, inspection, testing, and checkout activities for a fully functional system. Key deliverables will include various design documents, analysis reports, test plans, and training materials. The government will receive Unlimited Data Rights to all contractor-provided technical data.
Key Information Sought from Vendors
Vendors are requested to provide input on:
- Technical Capabilities: Experience with high-pressure heated air systems (industrial heaters, extending existing systems), approach to system design and integration (e.g., milestone management like PDR, CDR, SRR), and types of data deliverables provided for similar projects.
- Budgetary & Timeline Information: Budgetary pricing for a business process prototype and for the full project execution, noting a system delivery need date of Q4FY28.
- 10 U.S.C. 4022 Compliance: Anticipated approach to satisfying this requirement, including a rationale for selecting criteria A, B, or C.
- NIST SP 800-171 Compliance: Vendors must undergo a NIST SP 800-171 compliance vetting process to access Distribution D documents, which contain critical technical performance parameters. Access to these documents is essential to understand the full technical requirements.
Contract & Timeline
- Type: Sources Sought / Market Intelligence Request
- Set-Aside: None specified
- Distro D Document Request Due: February 12, 2026, COB
- Market Intelligence Response Due: February 24, 2026, COB
- Published: February 3, 2026
Additional Notes
This notice is for planning purposes only and does not constitute a request for proposal or guarantee an award. Offerors are allowed maximum flexibility in managing schedule, performance, risks, warranties, subcontracts, and data, while maintaining clear government visibility. Contact: Greggory Jones at greggory.jones.4@us.af.mil.