Vibration Test 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 (DAF), specifically the Air Force Life Cycle Management Center (AFLCMC) at Wright-Patterson AFB, OH, is soliciting proposals for a Vibration Test System. This system is required by the Air Force Institute of Technology (AFIT) for environmental testing of spacecraft components and aeronautical research. The acquisition is for commercial products under a Firm-Fixed-Price contract. Proposals are due by March 11, 2026, at 1:00 PM EDT.
Scope of Work
The requirement is for a complete vibration test system, including a slip table, shaker, and control/data collection electronics. Key specifications and requirements include:
- Shaker: Minimum 29 kN (6,540 lbf) load capacity in sine or random vibration profiles, with a frequency response range of 20Hz to 2,000Hz.
- Slip Table: At least 30x30 inches with a low-friction surface and specific bolt patterns. An expander head for vertical axis testing may be included.
- Control System: Must include NIST calibration, programmable sine sweep, track and dwell, random vibration, and shock test profiles.
- Data Collection System: NIST calibration, minimum 8 accelerometer input channels (expandable to 16).
- Physical Constraints: All delivered hardware must pass through a 70-inch wide, 78-inch tall doorway with a 6-inch wide jam. If not, sub-assemblies with vendor-provided rigger services for on-site assembly are required.
- Performance Standards: Test requirements are governed by MIL-HDBK-340A (USAF), MIL-STD-1540D, and GSFC STD-7000A.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Unrestricted
- Product Service Code (PSC): 6640 (Laboratory Equipment And Supplies)
- NAICS Code: 334516 (Size Standard: 1000 employees)
- Place of Performance: AFIT/ENY, 2950 Hobson Way, Wright-Patterson AFB, OH 45433
- Delivery Lead Time: Not later than 12 weeks after contract award (faster delivery is acceptable).
- Proposal Due Date: March 11, 2026, 1:00 PM EDT
- Published Date: March 3, 2026
Evaluation & Award
Award will be made to the lowest-priced, technically acceptable offeror. Proposals will be evaluated on:
- Technical Capability: Must conform to SOW requirements and receive an "Acceptable" rating.
- Price: Lowest total evaluated price (TEP), provided it is not unbalanced and is fair and reasonable. The Government reserves the right to award without discussions or make no award.
Special Requirements & Submission
- Brand Name: The solicitation requires a brand name ETS Solutions shaker. Products must be manufactured in a qualifying country per DFARS 225.872 (e.g., Japan is acceptable, China is not).
- Submission: Electronically to both Claire Hess (claire.hess@us.af.mil) and Dametria Walder (dametria.walder@us.af.mil). The subject line must be "FA8601-26-Q-0012, Vibration Test System." The entire proposal must be in a single email (max 5MB, no compressed files, only .pdf, .doc, .docx, .xls, or .xlsx attachments).
- Required Proposal Items: Company name, address, SAM Unique ID, Cage Code, TIN, point of contact, proposal number & date, validity timeframe, total price (Net 30), shipping (FOB Destination), completed Representations and Certifications.
- Content: Proposals must include a complete description of items offered and technical manuals/literature to demonstrate compliance with the SOW. Technical and price proposals should be separate.
- Installation & Training: Contract price must include on-site setup, installation, and training for two AFIT/ENY technicians.
- Payment: 100% payment upon final acceptance/installation. Electronic submission of payment requests via Wide Area WorkFlow (WAWF) is required.
- Registration: Offerors must be registered and maintain active registration in the System for Award Management (SAM) at www.sam.gov.