High Speed Combustion Analyzer (HSCA)
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 United States Air Force, AFLCMC Operational Contracting Branch at Wright-Patterson AFB, Ohio, on behalf of the Air Force Institute of Technology (AFIT), is conducting market research through a Sources Sought Notice to identify potential sources for a High Speed Combustion Analyzer (HSCA). This notice aims to validate findings that only systems manufactured by AVL Test Systems, Inc. can meet the mandatory IndiCom software compatibility requirement. A set-aside decision has not yet been made.
Purpose & Scope
The Government requires a High Speed Combustion Analyzer (HSCA) system that is 100% compatible with IndiCom software component configuration. This compatibility is critical for operational continuity and data integrity with existing Government infrastructure. This Sources Sought notice is specifically issued to validate technical market research indicating that only AVL Test Systems, Inc. can provide systems meeting this requirement.
Submission Requirements
Interested parties must submit a capability package providing clear and convincing evidence of their ability to provide an HSCA system that is 100% natively compatible with and controllable by the IndiCom software platform. Submissions must also include:
- Company Name, Address, CAGE Code, and Unique Entity ID (UEI).
- Point of Contact (Name, Phone Number, and Email Address).
- Company business size status under NAICS code 334515.
- Ownership and control statement (domestic/foreign).
- Socio-economic status (e.g., small, 8(a), HUBZone).
- Manufacturer status or information about the manufacturer.
- Statement on the release of proprietary data.
- Information on standard warranty.
- Recent sales history to commercial companies.
- For small businesses interested in prime contracting, details on how FAR clause 52.219-14 (Limitations on Subcontracting) would be achieved.
- Feedback on areas suitable for small business subcontracting if the acquisition is not set aside.
- Description of facility capabilities, staff composition, and past experience on similar projects.
- Information on market pricing and terms offered to government vs. commercial entities. Prospective contractors must be registered in SAM.gov.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (decision pending based on market research)
- Response Due: Monday, March 16, 2026, at 11:00 AM Eastern Time
- Published: February 26, 2026
Evaluation
Responses will be used for market research purposes to determine whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside. This notice is for planning purposes only and does not constitute an offer.
Points of Contact
- Brian Algeo, Contract Specialist (brian.algeo.1@us.af.mil)
- Candice Snow, Contracting Officer (candice.snow@us.af.mil)