SPECIAL NOTICE
66 -- USAFA Low Load and 500lb Force Balances
- Notice Date
- 4/29/2025 10:33:20 AM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
- ZIP Code
- 80840-2303
- Solicitation Number
- F4BWY05079A002
- Response Due
- 5/2/2025 1:00:00 PM
- Archive Date
- 05/03/2025
- Point of Contact
- Fenton L. Fitzgerald Jr., Phone: 7193735756, Kristin Heikkila, Phone: 7193333961
- E-Mail Address
-
fenton.fitzgerald.2@us.af.mil, kristin.heikkila@us.af.mil
(fenton.fitzgerald.2@us.af.mil, kristin.heikkila@us.af.mil)
- Description
- Notice of Intent to Single Source The USAF Academy 10th Contracting Squadron intends to solicit and award a Purchase Order, in accordance with FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items, to AERO RESEARCH INSTRUMENTS, INC, Corona, California, under the authority of FAR 6.302-1, One responsible source and no other supplies or services will satisfy agency requirements. The North American Industry Classification System (NAICS) code is 334516, Analytical Laboratory Instrument Manufacturing, and the small business size standard is 1,000 people. The USAFA anticipates award of a Purchase Order on a sole source basis to AERO RESEARCH INSTRUMENTS, INC for load and force balances that will be used in wind tunnel testing. Aero Research Instruments offers commercial balances that have been customized to meet unique specifications of our wind tunnel testing parameters. The US Air Force Academy, Dean of Faculty Department of Aeronautics (DFAN) has a new requirement to obtain aerodynamic force and moment data in the Trisonic Wind Tunnel (TWT). The TWT is a blown-down tunnel capable of operating from Mach 0.3 to 4.5 with dynamic pressures as high as 35 psi in the test section which contains the force balance as an integral piece of measurement equipment. The DFAN Aeronautics Laboratory requests the purchase of two force balances whose requirements are listed below. There is only one know vendor that is able to manufacture this piece of equipment. At a minimum, the 500lb force balance system must: � Serve as a form, fit, and function replacement for the existing balance � Have a cylindrical diameter of 0.75� � Distance between normal force elements of 3.000� � Distance between side force elements of 2.500� � Be able to measure total normal force of 500 lbs � Be able to measure total side force of 500 lbs � Be able to measure total axial force of 50 lbs � Be able to measure rolling moment of 100 in/lb � Be able to measure pitching moment of 750 in/lb � Be able to measure yawing moment of 625 in/lb At a minimum, the Low Load balance system must: � Serve as a form, fit, and function replacement for the existing balance � Have a cylindrical diameter of 0.75� � Distance between normal force elements of 3.000� � Distance between side force elements of 2.500� � Be able to measure total normal force of 40 lbs � Be able to measure total side force of 30 lbs � Be able to measure total axial force of 8 lbs � Be able to measure rolling moment of 25 in/lb � Be able to measure pitching moment of 45 in/lb � Be able to measure yawing moment of 25 in/lb Although great care is taken, there is always a non-trivial risk of mechanical damage to any balance during wind tunnel testing. In order to prevent an extensive work stoppage, we need two spare balances. This notice is not a request for competitive quotations. A solicitation will not be available for this requirement. The intent of this notice is for informational purposes only. However, any information received from any organization, before 2:00 PM MST., Friday, May 2, 2025, that believes it can meet this requirement will be considered by the Government for a competitive procurement action. Information in response to this notice can be directed in writing via email to the following points of contact: Fenton Fitzgerald, Contract Specialist, at fenton.fitzgerald.2@us.af.mil AND, Kristin Heikkila, Contracting Officer, at kristin.heikkila@us.af.mil. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. Telephonic questions or requests are strongly discouraged. Inquiring vendors are requested to submit the following information to this office by electronic mail by: 2 May 2025 at 02:00 PM Mountain Standard Time. Company name, address, point of contact telephone number, e-mail address, CAGE/DUNS. Representation/Certification of small business socio economic status (if applicable). Examples of prior services provided of a similar nature. What is your estimated pricing? You will not be held to the price as it�s for the Government market research purposes only. What are your product specs, in accordance with the load and force balance requirements aforementioned. What is your lead time and expected delivery time for completed rotation stages to Government desired specifications?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b70ac14588aa491d8c6bbb27e0a7c3cf/view)
- Place of Performance
- Address: USAF Academy, CO 80840, USA
- Zip Code: 80840
- Country: USA
- Zip Code: 80840
- Record
- SN07424370-F 20250501/250429230050 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |