Aircrew Accommodation Lab Support
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 27, 2026. Industry: NAICS 541380 • PSC H299.
Market snapshot
Awarded-market signal for NAICS 541380 (last 12 months), benchmarked to sector 54.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 541380
Description
- This announcement constitutes a Sources Sought Synopsis (SSS) only. The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/ROU) is conducting a market assessment to identify potential sources and companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document to explore cost effective options to provide this capability and to obtain valuable feedback in regards to the requirements for laboratory operational support for the Airmen Accommodation Lab (AAL). ALFCMC/ROU is issuing this SSS to explore cost effective options to provide this capability and to obtain valuable feedback in regard to the attached draft Performance Work Statement (PWS). This SSS is issued solely for information and planning purposes and will be considered to determine the acquisition strategy for the AAL labs as well as future solicitations.
- This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Additionally, this SSS does not restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. Responders are advised that the Government will not pay for any information or administrative cost incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be solely at the responding party’s expense.
- AFLCMC is not seeking proposals at this time,and will not accept unsolicited proposals.
- Not responding to this SSS does not preclude participation in any future Request for Proposal (RFP), if issued. Small Businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontracting goals. The acquisition strategy is still being determined. The Government’s intent is to use market research results to determine whether this requirement will be a full and open competition, a small business set aside, a sole source acquisition, or utilization of DLA contract.
- If there are sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. A key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) 52.219-14, “Limitations on Subcontracting”. Note: The Nonmanufacturer Rule exception applies to this acquisition (see FAR 19.102(f) for more details). If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set- aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage.
- In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor the Beta.SAM.gov site for additional information pertaining to this SSS.
- Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to the information received, to later publish a solicitation, or to award a contract based on this information.
- Companies may be contacted if additional information is needed to fully understand the marketplace and/or comments to the requirements.
- Responders should also state whether they are interested in being a prime contractor for thisrequirement or a subcontractor.
Purpose:
The purpose of this SSS is to gather information on the current state and availability of vendors that are capable of conducting test and evaluation of aircrew flight equipment and aircraft crew stations to assess the level of anthropometric accommodation for the USAF population as stated in the requirements below and PWS. The feedback received will be used to assess if the requirements are achievable within industry.
Airmen Accommodation Laboratory Requirements:
- Perform Airmen Accommodation Laboratory Testing and Evaluations.
- Work as part of an integrated contractor and government teaming arrangement that will accomplish testing and evaluation efforts supporting any acquisition program to include developing test plans, conducting tests, evaluating crew stations and equipment, performing 3D and 1D data collection and analyses, writing test reports and technical reports, developing integrated human performance and mass properties models, software, and/or databases.
- Procure materials, equipment, and supplies to operate, modify, maintain, and develop specialized test equipment as needed in direct support of acquisition programs. Recruit test participant to participate in test and evaluation efforts.
- Develop models for aircrew accommodation performance, equipment fit, and relevant user size and shape. While many of these models are statistical in nature, some shall be ported to digital human modeling systems, or to biomechanical injury risk assessment models, to improve their accuracy as evaluation tools.
- Determine the relationship between body size and shape and the fit of various items of AFE. This shall include helmets, equipment mounted on helmets, flight garments, body armor, personal weapons, etc. These evaluations shall judge the quality of fit and function relative to body size, adequacy of the sizing system, tariffs, and suggest areas for fit improvement.
- Conduct accommodation evaluations to complete assessments of a variety of aircraft cockpits and operator workstations.
- Comparison of digital and realworld accommodation evaluations shall be conducted and differences quantified.
- Develop and improve methods for performing anthropometric performance assessments (both in workstation accommodation and for equipment fit), and to characterize user populations via statistical matching techniques that use existing 3D databases to improve representation. This shall include current measuring techniques as well as development of new measurement techniques and specialized testing equipment. The results of this work shall be used as baseline information for the assessment and modeling of a wide variety of equipment that warfighters either wear or operate.
- Develop updated multivariate boundary cases based on recent DoD anthropometric survey data to describe several accommodation levels for new AFE requirements and crew stations.
- Implement motion capture capability, 3D model generation, animation, vignette and/or computerized scenario depiction, synthetic data generation, non-linear video editing, and graphic design for model verification and warfighter simulations.
- Airmen Accommodation Laboratory Testing and Evaluations Contractor personnel will require base access and access to building 12 in Area B on Wright-Patterson AFB, OH. Contractor will also be required to provide an AAL Laboratory facility off base.
Please document any feedback to each of the requirements. The scope of your comments should include the following:
-
- Clearly describe your ability to meet each of the requirements listed above and including the attached PWS. Please verify you can meet both requirements and if you cannot, please clearly state which lab that you can support.
- A detailed list of any Government Furnished Equipment, Property, or Information that may be needed to complete this effort, as applicable.
- A detailed list of any Contractor Furnished Equipment, Property, or Information that may be available to complete this effort, as applicable.
- Describe your existing support capabilities including staff, training, knowledge, skills and abilities.
Sources Sought Responses:
Please provide your SSS responses to colin.cochran@us.af.mil and joseph.derevage.1@us.af.mil by 12:00pm EST on 22 February 2026. Title e-mail responses in the subject line of the e-mail as follows: “Response to Human Systems Directorate Lab Operational Support Sources Sought Synopsis ROUK-26-001"
- Responses shall include the following administrative information:
- Company/Institute name
- Address
- Point of Contact
- Cage Code
- DUNS Number
- Phone Number
- E-mail Address
- Web page URL
- Is your company domestically or foreign owned? If foreign, please indicate the country of ownership.
- All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM.GOV.
- The NAICS Code for this action is 541380. Based on the NAICS Code, state whether your company qualifies as a:
- Small Business (Yes/No)
- Woman Owned Small Business (Yes/No)
- Economically Disadvantaged Woman Owned Small Business (Yes/No)
- 8(a) Certified (Yes/No)
If yes, SBA certification Date: SBA Graduation Date:
-
- HUB Zone Certified (Yes/No)
- Veteran Owned Small Business (Yes/No)
- Service Disabled Veteran Owned Small Business (Yes/No)
- Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership).
- Please limit your responses to no more than 10 pages, to include answers to the questions above; furthermore, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials alone are considered an insufficient response to this Sources Sought synopsis.
- Responders should indicate which portions of their responses are proprietary and mark accordingly. All information received in response to this SSS that is properly marked as “proprietary” will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
Questions:
- Responses to questions from interested parties will be promptly answered and posted on the SAM website, unless some release of proprietary information is involved or the answer addresses a question specific to a company or that company’s response. Post submittal, one- on-one information sessions with responders are not contemplated; however, they may be offered to responders to clarify the Government’s understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to responders after the SSS assessments are completed.
- AF Points of Contact (POC) for this SSS:
Colin Cochran, Contracting Officer
colin.cochran@us.af.mil
Joseph Deverage. Contracting Office
joseph.derevage.1@us.af.mil
Contracting Office Address:
Building 12
1981 Monahan Way
Wright-Patterson AFB, Ohio 45433
Verbal questions will NOT be accepted. Please submit questions to the POCs above. All questions will be answered via posting answers to this SAM website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 22 February 2026
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.