Skip to content
Department of Defense

AFIT - 16-Port Vector Network Analyzer (VNA) with 4-Port Automated Calibration Module (ACM)

Solicitation: FA8601VNA
Notice ID: 93fa01dcadf7423aae884de6a550df18

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Jan 12, 2026. Industry: NAICS 334515 • PSC 6625.

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: FA8601VNA. 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
$28,348,616
Sector total $20,505,221,051 • Share 0.1%
Live
Median
$42,640
P10–P90
$41,576$254,818
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($28,348,616)
Deal sizing
$42,640 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

Point of Contact

Name
Linh Jameson
Email
linh.jameson@us.af.mil
Phone
Not available
Name
Jessica Stamper
Email
jessica.stamper.2@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 334515

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 Contacting 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 one (1) 16-Port Vector Network Analyzer (VNA) with 4-Port Automated Calibration Module (ACM) , with the capabilities described herein for the Air Force Institute of Technology (AFIT) located at Wright Patterson 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: Specify that offered products meet the specifications provided below; and 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, Ms. Linh Jameson, demonstrating their capability to provide one (1) 16-Port Vector Network Analyzer (VNA) with 4-Port Automated Calibration Module (ACM) 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 solicitation . The 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: 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals with a small business size standard of 750 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 to provide one (1) 16-Port Vector Network Analyzer (VNA) with 4-Port Automated Calibration Module (ACM) that explicitly demonstrates their capability to provide the required commodity. 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 12 JAN 2026 AT 4:00 PM EASTERN TIME . All correspondence sent via email shall contain a subject line that reads: Sources Sought – one 16-Port Vector Network Analyzer (VNA) with 4-Port Automated Calibration Module (ACM) . 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: linh.jameson@us.af.mil and jessica.stamper.2@us.af.mil Please direct all questions concerning this acquisition to Ms. Linh Jameson at linh.jameson@us.af.mil and include the necessary subject line indicated above. Attachments: Instructions Technical Requirements

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.