Skip to content
Department of Defense

Vibration Test System

Solicitation: FA860126Q0012
Notice ID: cddbd0494378415eb3663e999e96bc16
TypeSolicitationNAICS 334516PSC6640DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateOHPostedMar 25, 2026, 12:00 AM UTCDueApr 01, 2026, 05:00 PM UTCExpired

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Apr 01, 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: FA860126Q0012. 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 $51,923,358,306 • 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 • 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
OH20260077 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Ohio • Fairfield
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
+40 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 40 more rate previews.
Davis-BaconBest fitstate match
OH20260077 (Rev 0)
Open WD
Published Jan 02, 2026Ohio • Fairfield
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $35.23Fringe $23.04
Rate
BRICKLAYER
Base $33.24Fringe $19.62
Rate
TILE FINISHER
Base $28.31Fringe $10.45
+39 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

****03/25/2026 - Reopening with an updated brand name justification and amended Solicitation – FA860126Q0012 0001****

******03/03/2026 - Updated SOW and questions and answers document posted******

Combined Synopsis/Solicitation

Instructions to Offerors – Solicitation FA8601-26-Q-0012

AFLCMC/PZI Installation Contracting Support

Wright-Patterson AFB, OH 45323

Vibration Test System

Department/Ind. Agency - Department of Defense (DoD)

Sub-Tier - Department of the Air Force (DAF)

Major Command - Air Force Material Command (AFMC)

Sub-Command - Air Force Life Cycle Management Center (AFLCMC)

Office - FA8601 AFLCMC PZIO

Contract Opportunity Type - Combined Synopsis/Solicitation

Product Service Code - 6640

NAICS Code - 333991

Place of Performance - Wright-Patterson AFB, OH 45433

Contract Specialist Contact - Dametria Walder (dametria.walder@us.af.mil)

Contract Officer Contact - Claire Hess (claire.hess@us.af.mil)

The Government reserves the right to award without discussions or make no award at all depending on 1) the quality of quotations received and 2) whether proposed prices are determined to be fair and reasonable

1. Description: This is a combined synopsis/solicitation for commercial products or commercial services in accordance with the formation in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is expected to result in the award of a firm-fixed-price contract for a Vibration Test System as described in the requirements section of this combined synopsis/solicitation and accompanying attachments.

This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) FAC 2025‐06, effective 01 October 2025; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20251110, effective 10 November 2025; and Department of Air Force Federal Acquisition Regulation Supplement (DAFFARS) Air Force Acquisition Circular (AFAC) 2024‐1016, effective 16 October 2024.

  • This announcement constitutes the only combined synopsis/solicitation; proposals are being requested and a written solicitation will not be issued. An award, if any, will be made to the lowest priced Offeror who submits a proposal that:

1. Conforms to the requirements of the combined synopsis/solicitation

2. Receives a rating of “Acceptable” on the Technical Capability evaluation factor.

3. Contains the lowest total evaluated price (TEP), provided that the TEP is not unbalanced and is fair and reasonable.

*Please include the total quoted price in the submission email or on a cover page of the quote.

  • The combined synopsis/solicitation number of this requirement is FA8601-26-Q-0012 and is hereby issued as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Products and Commercial Services, and FAR Part 13, Simplified Acquisition Procedures. 

2. ​​Acceptable means of Submission: All submissions must be submitted electronically to both the Contracting Officer (Claire Hess, claire.hess@us.af.mil) and the Contracting Specialist (Dametria Walder, dametria.walder@us.af.mil), by Wednesday, March 11, by 1:00 PM EDT.

  • Any correspondence sent via email must contain the subject line “FA8601-26-Q-0012, Vibration Test System.” The entire proposal must be contained in a single email, unless otherwise approved, including attachments. Please note: due to the email server, any emails that exceed 5 megabytes might not go through. Emails with compressed files are not permitted. Note that email filters at Wright-Patterson Air Force Base are designed to filter emails without subject lines or with suspicious subject lines or content (i.e., .exe or .zip files). Therefore, if the specified subject line is not included, the email may not get through the email filters. Also be advised that .zip or .exe files are not allowable attachment and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only .pdf, .doc, .docx, .xls, or .xlsx documents are sent. The email filter may delete any other form of attachments. A confirmation email will be sent once the proposal is received. If you do not receive a confirmation email within 24 hours of submitting the proposal, please reach out to the point of contacts listed on the solicitation.
  • Submittal of proposals in response to this combined synopsis/solicitation constitutes agreement by the Offeror to all terms & conditions contained herein, which will also be the terms & conditions of any resulting contract. It is the Offerors responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the internet website https://www.acquisition.gov. The Government reserves the right to award without discussions or make no award depending upon the quality, price fairness, and price reasonableness of the proposals received.

3. Period of Performance: Delivery 12 weeks after date of award

4. Delivery Destination: Identified in SOW.

5. Delivery Type: FOB Destination (As defined in FAR 2.101 – Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss).

6. Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination.

7. Requirement: Vibration Test System for the Air Force Institute of Technology

8. Contract Type: The anticipated award is Firm-Fixed Price.

9. Basis for Award: The Government will award a contract resulting from this RFQ to the responsible Offeror whose offer conforms to the requirements outlined in the Statement of Work and is most advantageous to the Government, lowest evaluated price of proposals meeting or exceeding the acceptability standards and other factors considered.

10. Technical or Quality: The proposal will be evaluated to the extent to which it can meet and/or exceed the Government’s requirements as outlined in the solicitation and based on the information requested in the instructions to offerors section of the solicitation.

11. Price: The Government will evaluate the price by adding the total of all line-item prices, including all options.

12. Required Proposal Items: Proposals may be in any format but MUST include:

  1. Proposing company’s name, address, SAM Unique ID, Cage Code, and TIN
  2. Point of contact’s name, phone, and email
  3. Proposal number & date
  4. Timeframe that the proposal is valid
  5. Total Price (Net 30), No Progress Payments
  6. Shipping (FOB Destination)
  7. Completed copy of Representations and Certifications (Attached)
  8. See Statement of Work for additional quote requirements

13. Important Notice to Contractors: Proposals MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements outlined in the Statement of Work

14. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this combined synopsis/solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow – Receipt and Acceptance (WAWF – RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/.

15. Additional Instructions to Offerors: The following paragraphs in the provision at FAR 52.212-1, Instructions to Offerors – Commercial Items, are tailored as follows:

  • North American Industry Classification System (NAICS) code and small business size standard are as specified in the solicitation document.
  • Submission of offers is as prescribed in the text of this combined synopsis/solicitation.

16. Proposal Content: The proposals may be in any format, but shall consist of two separate parts, a technical proposal and a price proposal.

17. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government’s requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities or experience and will base its evaluation on the information presented in the offer submitted.

18. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork, or other embellishments are unnecessary and are not desired.

19. Technical Proposal: Describe how the offeror will provide for the Vibration Test System as described in the SOW.

20. Attachments:

  1. Solicitation – FA860126Q0012
  2. Statement of Work (SOW)_ Dated 18 December 2025
  3. Brand Name Justification
  4. Offeror Representations and Certification

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.