Skip to content
Department of Defense

High Speed Spindle

Solicitation: FA860126Q0037SS
Notice ID: 846bbadc1d844eefb5368ba91c94eb95
TypeSources SoughtNAICS 334516PSC6640DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedApr 02, 2026, 12:00 AM UTCDueApr 08, 2026, 05:00 PM UTCCloses in 2 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 08, 2026. Industry: NAICS 334516 • PSC 6640.

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: FA860126Q0037SS. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$23,563,134
Sector total $48,427,910,987 • Share 0.0%
Live
Median
$82,366
P10–P90
$46,263$1,953,340
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+185%($11,310,483)
Deal sizing
$82,366 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
Wright Patterson Afb, OH • 45433-5344 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
OH20260044 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Huron
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.53Fringe $24.03
Rate
BRICKLAYER
Base $36.53Fringe $24.03
+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
OH20260044 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Huron
Rate
BRICK POINTER/CAULKER/CLEANER
Base $36.53Fringe $24.03
Rate
BRICKLAYER
Base $36.53Fringe $24.03
Rate
TILE FINISHER
Base $30.78Fringe $23.04
+37 more occupation rates in this WD
Davis-Baconstate match
OH20260070 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Brown
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $35.00Fringe $17.13
Rate
TILE FINISHER
Base $27.87Fringe $16.31
+35 more occupation rates in this WD
Davis-Baconstate match
OH20260085 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Lawrence
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
+29 more occupation rates in this WD
Davis-Baconstate match
OH20260065 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Coshocton, Guernsey, Harrison +3
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $46.50Fringe $29.43
Rate
BRICKLAYER
Base $32.24Fringe $18.65
Rate
BRICKLAYER
Base $34.02Fringe $22.94
+26 more occupation rates in this WD

Point of Contact

Name
Dametria Walder
Email
dametria.walder@us.af.mil
Phone
Not available
Name
Claire Hess
Email
claire.hess@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE LIFE CYCLE MANAGEMENT CENTER • FA8601 AFLCMC PZIO
Contracting Office Address
Wright Patterson Afb, OH
45433-5344 USA

More in NAICS 334516

Description

Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Installation Contracting Division, Base Support Contracting Branch at Wright-Patterson Air Force Base (WPAFB), Ohio:

The AFLCMC Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Businesses (SB). This sources sought synopsis is published for market research purposes only, to identify potential sources capable of delivering a High Speed Spindle with the capabilities described herein for the Air Force Institute of Technology (AFIT) located at Wright Paterson Air Force Base, Ohio (WPAFB).

The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB). Firms that respond shall review the attached instructions and technical requirements and submit responses that:

  1. Specify that offered products meet the specifications provided below; and
  2. Provide detailed information to show clear technical compliance.

THIS SOURCES SOUGHT IS FOR MARKET RESEARCH PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS/QUOTES.

All interested firms shall submit a response to the Primary Point of Contact, Dametria Walder, demonstrating their capability to provide a High Speed Spindle. Stipulated in Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A solicitation for this requirement does not exist, therefore, do not request a copy of the solicitationThe decision to solicit for a contract will be solely within the Government's discretion.

The North American Industry Classification System (NAICS) code assigned to this acquisition is 334516 Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. Firms responding should indicate socio-economic status (8(a) with Graduation Date, SDVOSB, EDWOSB, WOSB, small business, and/or HUBZone). Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense (DoD) contract. A small business set-aside decision has not yet been made.

Respondents should note the potential application of Limitations on Subcontracting (FAR 52.219-14) and the Non-Manufacturer Rule (FAR 52.219-33) to a future acquisition that may result from this Sources Sought. Respondents should consider how the primary tasks identified in this notice will be broken out between prime contractor and subcontractors and address subcontracting in their response, if applicable/necessary.

Any information submitted by respondents to this Sources Sought is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business or any particular small business program.

CAPABILITIES PACKAGE:

All interested firms shall submit a capabilities package for the Vibration Test System that explicitly demonstrates their capability to provide the required product. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. However, the response must not exceed five (5) pages. Capabilities Packages submitted in response to this sources sought synopsis must be received at the following e-mail addresses NOT LATER THAN 08 April 2026 AT 1:00 PM EASTERN DAYLIGHT TIME.

All correspondence sent via email shall contain a subject line that reads High Speed Spindle. If this subject line is not included, the email may not get through email filters at WPAFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted.

Responses shall be submitted via email to the following addresses: dametria.walder@us.af.mil  and claire.hess@us.af.mil

Please direct all questions concerning this acquisition to Dametria Walder at dametria.walder@us.af.mil and include the necessary subject line indicated above.

Attachments:

  1. Instructions
  2. Technical Requirements – High Speed Spindle

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.