Torque Calibration System Upgrade 250-2000 lbf-ft

SOL #: 26M-012A-TQPre-SolicitationSole Source

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2263 AFLCMC ROMK AFMETCAL
HEATH, OH, 43056-6116, United States

Place of Performance

Heath, OH

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

Electrical And Electronic Properties Measuring And Testing Instruments (6625)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 20, 2026
2
Last Updated
Mar 20, 2026
3
Response Deadline
Apr 13, 2026, 6:00 PM

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) at Heath, OH, intends to award a Sole Source Firm Fixed Price (FFP) contract to Snap-On, A Division of LDSC Holdings, LLC, for a Torque Calibration System Upgrade 250-2000 lbf-ft. This presolicitation notice indicates the government's intent to procure 42 unit upgrades over a five-year period, citing the proprietary nature of the existing CDI system, now owned by Snap-on, as the justification for a sole source award.

Scope of Work

This requirement is for the upgrade of existing torque calibration systems used by Air Force Precision Measurement Equipment Laboratories (PMELs). The upgrade involves procuring 42 units of specific Snap-on torque transducers (TTC12, TTC13, TTC14) and indicators (TTC610). These components are essential to replace current equipment that is difficult to support and frequently requires repair. The new transducers must maintain compatibility with the existing CDI TFC2000-0-03 Torque Calibration System, feature a four-hole bolt pattern, and achieve an accuracy of +/- 0.5% of reading or better. Each transducer requires a connecting cable, and the kits must be identified with manufacturer, model/part number, and an Air Force unique model/part number.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Anticipated Contractor: Snap-On, A Division of LDSC Holdings, LLC (Cage 55719)
  • Period of Performance: May 1, 2026 - September 30, 2030
  • Quantity: 42 unit upgrades over 5 years (9 units in the first year, remaining as options)
  • Funding: FY26-30 using 3080/Investment funds
  • Set-Aside: None (Sole Source)
  • Published Date: March 20, 2026
  • Response Deadline for Capability Statements: April 13, 2026 (15 days from publication)

Evaluation & Submission

This is a Notice of Intent to Award Sole Source and not a request for competitive proposals or quotations. The decision to pursue a sole source award is based on market research and a Justification and Approval (J&A) citing 10 U.S.C. 2304(c)(1) as implemented by FAR Part 6.302-1(a)(1) (Only One Responsible Source). The government determined that only Snap-on can provide the necessary upgrade without substantial duplication of costs, as they acquired CDI and manufacture equipment specifically designed to interface with CDI systems.

All responsible sources who believe they can provide the required items must submit a capability statement, proposal, or quotation with clear and convincing evidence to AFMETCAL within fifteen (15) days of the publication date. Electronic submissions only.

Additional Notes

Inspection and acceptance will occur at the destination, with testing conducted using NIST-traceable equipment. A standard 2-year warranty is required for each transducer and indicator. The items are Commercial Off-The-Shelf (COTS).

People

Points of Contact

Christine PattersonPRIMARY

Files

Files

Download

Versions

Version 2
Pre-Solicitation
Posted: Mar 20, 2026
View
Version 1Viewing
Pre-Solicitation
Posted: Mar 20, 2026