Vapor Pressure Analyzer
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, Air Force Life Cycle Management Center (AFLCMC) is conducting market research through a Sources Sought to identify potential sources for a Vapor Pressure Analyzer for the Aerospace Fuels Laboratory at Vandenberg Space Force Base, CA. This is for market research purposes only and is not a request for proposals. Capabilities packages are due by May 15, 2026, at 12:00 PM ET.
Scope of Work
The Government seeks a Vapor Pressure Analyzer capable of automatically running ASTM D5191 (Mini Method) for specification testing on various fuel types, including Automotive & Aviation Gasolines (ASTM D4814, ASTM D910), Ethanol Fuel Blends (ASTM D5798), and Jet Fuel (ASTM D1655). Key technical requirements include:
- Electrical: 100-240V, 50/60Hz, 20 amp plug.
- Physical: Benchtop unit, ≤ 50 lbs, ≤ 24"x24"x24".
- Analysis: Gasoline, Ethanol Fuels, Organic/Aqueous Solvents, Kerosene-based fuels.
- Features: Automated vacuum, 5-50 mL sample chamber, 0-120 °C temperature range, 0-1,000 kPa pressure range, real-time sensors, <10 min measurement time, touch screen, memory, USB, Ethernet, RS-232, printer connectivity.
- Included: 5 mesh inlet filters, n-Pentane Calibration Standard, storage/shipping case.
- Support: On-site installation, performance verification, 4 hours training at Vandenberg SFB, CA, and technical support.
- Delivery: Within 12 weeks after contract award.
- Special Requirements: Products must be manufactured in a qualifying country (DFARS 225.872) and include a minimum one-year warranty.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS: 334513 (Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables) with a 750-employee size standard.
- Set-Aside: None specified at this stage; the Government reserves the right to consider a small business set-aside based on responses.
- Response Due: May 15, 2026, 12:00 PM ET
- Published: May 8, 2026
Submission Requirements
Interested firms must submit a capabilities package (not exceeding five pages) demonstrating their ability to meet the stated requirements. The package should include:
- Company name, address, POC, DUNS/CAGE Code, web page URL.
- Ownership/control statement (domestic/foreign) and foreign national employee use.
- Socio-economic status (e.g., SB, 8(a), HUBZone, EDWOSB, WOSB, SDB, SDVOSB).
- Manufacturer information (if applicable).
- Statement on Government release of proprietary data.
- Firm's standard warranty information and recent commercial sales history.
- Description of facility capabilities, services, staff, and management structure.
- Past experience on similar projects (contract number, date, description, agency, POC).
- Identification of any requirements precluding their product/service as a viable solution.
- Information on established market prices and commerciality.
- Small businesses should address compliance with FAR clause 52.219-14 (Limitations on Subcontracting) if a set-aside is contemplated.
Submission Instructions
Capabilities packages must be emailed to henry.agee@us.af.mil and jennifer.blackford@us.af.mil. The email subject line must read: "Vapor Pressure Analyzer." Attachments should be in .pdf, .doc, .docx, .xlsx, or .xls format; .zip or .exe files are not allowed.
Additional Notes
This is for market research only; no solicitation exists. The Government will not reimburse costs for responses and will not individually notify respondents of assessment results. Registration in SAM is required for any future DoD contract award.