Request for Whitepapers: AEDC Velocity Alliance - A Multi-Billion Dollar OTA Consortium Opportunity

SOL #: FA9101-26-9-Velocity_AllianceSolicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA9101 AEDC PKP PROCRMNT BR
ARNOLD AFB, TN, 37389-1332, United States

Place of Performance

Place of performance not available

NAICS

Engineering Services (541330)

PSC

National Defense R&D Services; Department Of Defense Military; Experimental Development (AC13)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 17, 2026
2
Last Updated
May 1, 2026
3
Submission Deadline
Sep 30, 2030, 10:00 PM

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, through the Air Force Test Center (AFTC) and Arnold Engineering Development Complex (AEDC), has issued a Request for Whitepapers (RFWP) for membership in the AEDC Velocity Alliance. This strategic consortium, established under 10 U.S.C. § 4022, aims to accelerate the modernization of national test infrastructure to support next-generation defense systems. The Alliance will manage a multi-billion dollar portfolio of complex engineering and construction projects, with all future projects competed exclusively among its members.

Opportunity Overview

The AEDC Velocity Alliance seeks to establish a pre-qualified industrial base to execute a multi-billion dollar portfolio of complex engineering and construction projects through Fiscal Year 2032. The program anticipates approximately 135 projects totaling $550 million for FY26-FY27 alone. Projects will cover a broad spectrum of infrastructure sustainment, restoration, and modernization, including General and Industrial Construction, various Process Systems (low/high pressure, hazardous), Electrical (high, medium, low voltage), Fire Suppression, Equipment Repair, Mechanical/Electrical/ID&C Engineering Services, and Utilities. Performance locations include Arnold Air Force Base, Holloman Air Force Base, Tunnel 9 (MD), and NFAC (CA).

Key Requirements for Membership

To join the Alliance, vendors must submit a whitepaper demonstrating their capabilities and adherence to specific criteria:

  • Mandatory Certifications: Current Joint Certification Program (JCP) certification and Cybersecurity Maturity Model Certification (CMMC) Level 2. An alternative compliance path requires a NIST SP 800-171 assessment and a detailed CMMC Level 2 roadmap showing full C3PAO certification by November 2026. Roadmaps reflecting certification after this date will not be considered responsive.
  • Technical Competency: Demonstrated through completed projects within the last five years.
  • Innovation and Partnership Capability: While there is no set-aside for this Request for Whitepapers, a key requirement is to identify at least one partner that is a Non-Traditional Defense Contractor (NDC), a Small Business, or a Nonprofit Research Institution (e.g., University). This applies even if the prime contractor is a small business, emphasizing the ability to form effective teams. The partner's name, CAGE code, and contribution to technical projects must be detailed.

Submission Details & Evaluation

Whitepapers must be submitted electronically as a single, searchable PDF, not exceeding ten pages (including any cover page). Evaluation is a four-part Pass/Fail process covering Mandatory Certifications, Technical Competency, Intellectual Property Rights Acknowledgement, and Innovation/Partnership Capability. Successful vendors will be invited to mandatory group site visits at Arnold Air Force Base, TN, before executing a Membership Agreement.

Contract & Timeline

This is an unfunded solicitation for qualification; financial obligations begin only upon award of specific, funded Project-Level Agreements.

  • Onboarding Opportunity 1 Whitepapers Due: June 1, 2026, COB (Central Daylight Time).
  • Mandatory Site Visit Window (Onboarding 1): June 1 – June 30, 2026.
  • Anticipated Consortium Live Date: July 1, 2026.
  • Onboarding Opportunity 2 Whitepapers Due: September 1, 2026, COB.
  • The Request for Whitepaper notice will remain active until September 30, 2032.

Additional Notes

The primary NAICS code for onboarding is 541330 - Engineering Services. All consortium members in good standing will receive all Project Opportunity Announcements (POAs), which will generally be evaluated on a Best Value basis with a preference for Firm-Fixed-Price (FFP) milestone-based structures. Designs completed under the Alliance may transition to FAR-based vehicles for follow-on work.

People

Points of Contact

Greggory JonesPRIMARY
Brooke VandemanSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 15
Solicitation
Posted: May 1, 2026
View
Version 14
Solicitation
Posted: May 1, 2026
View
Version 13Viewing
Solicitation
Posted: Apr 30, 2026
Version 12
Solicitation
Posted: Apr 28, 2026
View
Version 11
Solicitation
Posted: Apr 27, 2026
View
Version 10
Solicitation
Posted: Apr 24, 2026
View
Version 9
Solicitation
Posted: Apr 23, 2026
View
Version 8
Solicitation
Posted: Apr 21, 2026
View
Version 7
Solicitation
Posted: Apr 17, 2026
View
Version 6
Solicitation
Posted: Apr 15, 2026
View
Version 5
Solicitation
Posted: Mar 31, 2026
View
Version 4
Solicitation
Posted: Mar 31, 2026
View
Version 3
Solicitation
Posted: Mar 30, 2026
View
Version 2
Solicitation
Posted: Mar 18, 2026
View
Version 1
Solicitation
Posted: Mar 17, 2026
View