Next Gen High Pressure Cold Spray System
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 soliciting proposals for a Next Generation High Pressure Cold Spray System under a Firm Fixed Price (FFP) contract. This system, including specific brand-name components, is for coatings, component repair, and additive manufacturing. This opportunity is a Total Small Business Set-Aside. Quotes are due by May 15, 2026, at 12:00 PM CDT.
Scope of Work
The requirement is for a complete Next Gen High Pressure Cold Spray System, consisting of:
- Impact Innovation EvoCSII Cold Spray Machine (Brand Name)
- Fanuc M-710iC/50 Industrial Robot (Brand Name)
- Nitrogen Supply System (3600psig, 99.999% purity)
- Argon Fire Suppression System
- HiWatch HR2 Particle Measurement System (Brand Name)
- ReliaCoat In-Situ Coating Property (ICP-8) Sensor (Brand Name)
- Dust Handler/Collector, High-Pressure Gas Plumbing, Ancillary Equipment, System Integration, Installation, and Training.
Substitute/Equal items are NOT permitted for the four specified brand-name components, and offers including them will be ineligible for award. The system is intended to industrialize cold spray repair technology for engine sustainability.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334519 (Non-Manufacturing Rule applies)
- Quotes Due: May 15, 2026, 12:00 PM Central Daylight Time
- Published Date: April 14, 2026
- Quote Validity: Quotes must be good for at least 90 days.
- Installation Note: Installation may be delayed up to 18 months due to coordination with Tinker AFB Civil Engineering.
Evaluation
Award will be based on the Lowest Total Price. Offerors must provide product/technical information to enable evaluation against the solicitation and attachments.
Key Requirements
- Offerors must be registered in SAM.gov prior to quoting.
- A completed Quote Sheet (FA813226Q0029 - ATT 4) is mandatory, providing company information, pricing for CLIN 0001, warranty details, payment terms, and delivery time.
- Offers must be submitted via Wide Area Workflow (WAWF).
- Shipping is FOB Destination (Tinker AFB, OK 73145); separate shipping charges are not allowed.
- Compliance with all contract clauses (FA813226Q0029 - ATT 1) is required.
Additional Notes
- A site visit is scheduled for Tuesday, April 28, 2026, at 9:00 AM CDT. Interested vendors must notify Kylie McMichael via email by Thursday, April 23, 2026, to attend.
- The Brand Name Justification (FA813226Q0029 - ATT 3) explains the rationale for requiring specific brand-name components due to unique capabilities.