Portable CMM
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 (AFMETCAL) is conducting a Sources Sought / Request for Information (RFI) to identify potential sources for a Portable Coordinate Measuring Machine (CMM). This market research aims to gather information on current capabilities for a 3D measurement device with touch probe functionality. Responses are due by February 28, 2026, at 2:00 PM ET.
Scope of Work
The Air Force Metrology Calibration Program (AFMETCAL) requires a Portable CMM capable of 3D measurements with a pressure-sensing touch probe. Key technical requirements include:
- Measurement Range: Minimum 1x1x1 meters, maximum 2x2x2 meters.
- Resolution: Minimum 0.0001 millimeters.
- Measurement Uncertainty: Adherence to ASME B89.4 or ISO 10360 standards.
- Units: Capability for both Imperial and Metric readings.
- Controller: Laptop with Windows 11 LTSC, minimum 8GB RAM, 120GB SSD, 15-inch display, USB 3.0, and DVD-ROM/Blu-Ray.
- Software: Offline measurement, GD&T calculations, CAD import/export, Excel export, guided calibration, and reporting.
- Ancillary Equipment: System mounts (granite plate, tripod), at least two probes (2-6mm), stylus calibration jig, staging table, and calibration equipment.
- Warranty: A 5-year warranty covering repair and calibration is required.
- Other: Installation, on-site training (minimum 8 hours), and testing/acceptance at destination are mandatory. Reconditioned, remanufactured, or used material is not acceptable.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 334513 (Size Standard: 750 employees)
- Estimated Quantity: 4 units over 1 year.
- Set-Aside: None specified; both large and small businesses are encouraged to participate.
- Response Due: February 28, 2026, at 2:00 PM ET.
- Published: January 27, 2026.
Submission Requirements
Interested vendors should submit a brief capability statement including:
- Company information (DUNS, CAGE, business size, socioeconomic status).
- Relevant experience and sales history (commercial and government).
- Rough order of magnitude pricing (per unit and total quantity, with discounts).
- Technical capabilities, commercial literature/brochures, and warranty information.
- Confirmation of GSA schedule or other Government contract (if applicable).
- Estimated delivery time and time needed to submit a technical proposal if a solicitation is issued.
- Point of Contact information.
Additional Notes
This RFI is for planning purposes only and is not a solicitation or a promise to issue one. The government will not pay for information submitted. Proprietary information will be safeguarded. Currently, no funds are available for this acquisition.