Skip to content
Department of Defense

High Speed Combustion Analyzer

Solicitation: FA860126Q0018
Notice ID: 536263245e9b45c78750a4ce994e94b0
TypeSpecial NoticeNAICS 334515PSC6620Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedMar 17, 2026, 12:00 AM UTCDueMar 31, 2026, 03:00 PM UTCCloses in 14 days

Special Notice from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Mar 31, 2026. Industry: NAICS 334515 • PSC 6620.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA860126Q0018. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.

12-month awarded value
$41,201,876
Sector total $24,478,476,845 • Share 0.2%
Live
Median
$51,259
P10–P90
$47,533$242,449
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
-43%(-$11,403,397)
Deal sizing
$51,259 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Not listed

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
OH20260067 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Holmes, Marion
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
+38 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 38 more rate previews.
Davis-BaconBest fitstate match
OH20260067 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Holmes, Marion
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260037 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Crawford
Rate
BRICK POINTER/CAULKER/CLEANER
Base $35.67Fringe $24.75
Rate
TILE FINISHER
Base $30.25Fringe $23.93
Rate
TILE SETTER
Base $35.67Fringe $24.75
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260083 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Jefferson
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
TILE SETTER
Base $33.46Fringe $21.37
Rate
TILE FINISHER
Base $25.37Fringe $17.42
+31 more occupation rates in this WD
Davis-Baconstate match
OH20260023 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Belmont
Rate
POWER EQUIPMENT OPERATOR (Bulldozer)
Base $37.02Fringe $15.20
Rate
POWER EQUIPMENT OPERATOR Crane
Base $36.92Fringe $24.01
Rate
LABORER (Mason Tender-Brick)
Base $25.90Fringe $18.40
+11 more occupation rates in this WD

Point of Contact

Name
Brian Algeo
Email
brian.algeo.1@us.af.mil
Phone
Not available
Name
Candice Snow
Email
candice.snow@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
Not available
Office
Not available
Contracting Office Address
Not available

More in NAICS 334515

Description

The Air Force Life Cycle Management Center (AFLCMC/PZIBA), intends to award a sole-source, firm-fixed-price contract to AVL Test Systems, Inc. 47519 Halyard Drive, Plymouth MI 48170, for the procurement of a High-Speed Combustion Analyzer for the Air Force Institute of Technology (AFIT) at Wright-Patterson Air Force Base, Ohio.

Extensive market research was conducted including Internet market research, Sources Sought, SME input, similar research topics at AFRL and GSA Advantage were reviewed for vendors utilizing IndiCom software. It was found that AVL Test Systems is the sole manufacturer to meet the minimum requirements outlined in the SOW without adding additional costs for further equipment and installation to operate other brands. AVL does not have any authorized distributors of their equipment.

The Air Force Institute of Technology (AFIT) has already invested time and engineering hours in incorporating IndiCom software component configurations. Awarding any other manufacturer’s equipment other than that using IndiCom software will result in significant delays in utilizing the equipment. Estimates are a year or more to adapt existing programming to accommodate non-IndiCom equipment. For this reason, only products utilizing IndiCom will be acceptable. AVL is the only manufacturer of High-Speed Combustion Analyzer meeting the requirements of the Statement of Work (SOW) and current software used in AFIT.

In accordance with FAR 5.207(c)(15), the justification for the lack of competition is that the required proprietary product is only available from a single authorized source. Therefore, this acquisition is being conducted under the authority of Federal Acquisition Regulation (FAR) 6.302-1.

Submission Instructions and Points of Contact:

Interested parties who believe they can satisfy the requirements must provide a capability statement with clear and convincing evidence of their ability to do so. The statement must demonstrate the vendor's capability to provide systems furniture that is 100% physically compatible and interchangeable with the existing Haworth system, including its proprietary connections. A simple statement of capability is not sufficient.

All responses, questions, and capability statements shall be submitted via email to the following points of contact no later than March 31, 2026, at 11:00 AM Eastern Time.

  • Contract Specialist: Brian Algeo, brian.algeo.l@us.af.mil
  • Contracting Officer: Candice Snow, candice.snow@us.af.mil

All correspondence sent via email must contain the subject line: "FA8601-26-Q-0018, High Speed Combustion Analyzer (HSCA)." Be advised that emails without this exact subject line or with prohibited attachments (.zip, .exe) may be blocked by network filters. Acceptable attachment formats are PDF, .doc, and. xis.

This notice is not a request for competitive proposals or quotes. A decision by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.

Attachments:

  1. Statement of Work (SOW)
  2. Sole Source Justification (SSJ) Redacted

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

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.