Prototype Project for Manufacturing, Repair, and Maintenance of Hypervelocity Launcher System Components
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 AEDC PKP Procurement Branch, is conducting market research through a Sources Sought notice for a Prototype Project involving the manufacturing, repair, and maintenance of Hypervelocity Launcher System Components. This Request for Information (RFI) aims to identify sources capable of performing specialized tasks for ground test facilities at Arnold Engineering Development Complex (AEDC). This RFI does not commit the Government to a contract and is intended to inform the acquisition strategy for a potential prototype project. Responses are due by Close of Business (COB) on Thursday, February 5, 2026.
Scope of Work
The Government requires a vendor to fabricate, repair, and service large-scale, high-pressure launcher system components. Key tasks include:
- Fabricating new components from high-strength alloy steels.
- Repairing and modifying existing Government-Furnished Property.
- Performing the autofrettage process on high-pressure components.
- Precision machining of very large and heavy components to exact tolerances.
- Performing certified welding and Non-Destructive Evaluation (NDE) on thick-walled parts.
Required Core Capabilities
Interested parties must demonstrate significant experience and specialized equipment, including:
- High-Pressure Vessel & Ordnance Manufacturing experience.
- Autofrettage Capability (in-house or contracted).
- Large-Scale Precision Machining (up to 50,000 lbs workpieces).
- Mandatory ISO 9001 certification.
- U.S. company with Department of Defense Contractor experience.
Intended Acquisition Approach
The Government intends to utilize 10 U.S.C. § 4022 to establish an Other Transaction Prototype (OTP) agreement. Feedback is requested on how companies would satisfy statutory requirements for participation, which include:
- Significant participation by a nontraditional defense contractor (NDC) or nonprofit research institution.
- All significant participants (other than the Government) being small businesses or NDCs.
- At least one-third of the total project cost paid by non-Federal Government sources.
Submission & Evaluation
Interested parties are requested to submit a response including:
- Capability Statement: Addressing ability to meet core capabilities.
- OTA Qualification: Statement identifying which criteria (A, B, or C from Section 4 of the document) the company intends to use to qualify for an OTP agreement.
Companies that can execute the requirement and feel they have the ability to access controlled technical documents must provide their CAGE code. Vetting for NIST SP 800-171 and Joint Certification Program (JCP) compliance will be required prior to receiving documents beyond Distribution A.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: February 5, 2026, 4:00 PM EST
- Published: January 22, 2026
- Contact: Greggory Jones (greggory.jones.4@us.af.mil)