- 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
High Speed Combustion Analyzer
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.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 334515 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 38 more rate previews.↓
Point of Contact
Agency & Office
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:
- Statement of Work (SOW)
- 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.
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.