Arnold AFB Independent Air Supply
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the Air Force Test Center’s Installation Contracting Division (AFTC/PZI) at Arnold Air Force Base (AFB), TN, is conducting a Sources Sought to identify capable vendors for upgrading the independent air supply to a test facility at Arnold AFB, TN. This is for informational purposes only and is not a request for quote. Responses are due by April 17, 2026, at 2:00 PM CT.
Opportunity Details
- Agency: Air Force Test Center’s Installation Contracting Division (AFTC/PZI)
- Location: Arnold AFB, TN (Coopertown, TN)
- Type: Sources Sought / Market Research
- NAICS: To Be Determined (recommendations encouraged)
- Set-Aside: None specified
Scope of Work
The Government requires comprehensive services for a complete and functional temperature-controlled air supply system. This includes:
- Design, analysis, procurement, documentation, fabrication, installation, inspection, demonstration, and testing.
- Modifications to process air (including demolition), utility distribution, electrical, and controls systems.
- Installation of compressors, dryers, heaters, and expansion turbines.
- Development of a detailed Statement of Work (SOW) defining specific, performance-based, quantitative terms.
Key Deliverables & Requirements
- Milestones: Key planned events include Project Kickoff, Requirements Review, Preliminary Design Review, Power Study Approval, Equipment Specification Approval, Intermediate Design Review, Critical Design Review, Final Design Review, Completion of Fabrication and Installation, Verification Readiness Review, System Readiness Review, and On-Site System Orientation / Training.
- Data Deliverables: Include SOW, Power Study Report, Site Plan, Operational Drawings (P&IDs, Schematics), Fabrication and Installation Drawings, Analysis Reports, Equipment Specifications, Hazard Tracking Log, Project Risk Assessment, Permits, Demolition Plan, Manufacturing Plan, Installation Plan, Concept of Operations, FMEA, Verification, Validation, and Acceptance Plan, System Test Plan, Testing Results, Training Materials, Programming Documentation, and User Manuals.
- Data Rights: Government will receive Unlimited Data Rights to all Contractor-provided technical data, analysis, drawings, software, code, and programming.
- Training: On-site orientation and training for all new equipment or systems.
- Quality Control: A Quality Control Plan (QCP) must be defined and maintained.
Submission Requirements
Interested parties should submit:
- Company information (name, address, telephone number, and email address of company point of contact).
- System for Award Management (SAM) Unique Entity Identifier (UEI) Number.
- Overview of the company’s technical capabilities to meet the subject requirement.
Important Dates & Contact
- Response Due: April 17, 2026, by 2:00 PM Central Time (CT)
- Site Visit: Week of April 13, 2026 (further details will be provided)
- Contact: Ms. Haley Smith, haley.smith.10@us.af.mil
- Performance Parameters: Attachment 2 (Distribution Statement D) can be requested by emailing the Contracting Officer with your company CAGE code.
Disclaimer
This is for informational purposes only and does not constitute a solicitation or commitment by the Government. No funds are available for response preparation.