Sources Sought/Request for Information (RFI) for the production of Payload Transporter Replacement (PTR)
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, Air Force Materiel Command (AFNWC/NIMT) has issued a Sources Sought/Request for Information (RFI) for the production of the Payload Transporter Replacement (PTR). This RFI aims to identify potential contractors capable of manufacturing a form, fit, and function PTR replacement to support the Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM) fleet. The government is conducting market research to evaluate industry capabilities and determine the best acquisition strategy, including the potential for a Small Business Set-Aside. Responses are due by March 12, 2026.
Scope of Work
The PTR system, a nuclear-certified design, consists of a specially armored tractor (PTT) with an integrated auxiliary power unit (APU) and an armored trailer (PTS). It serves as the sole platform for transporting Aerospace Vehicle Equipment (AVE) – including Reentry Systems (RS), Missile Guidance Sets (MGS), and Propulsion System Rocket Engines (PSRE) – to ICBM launch facilities and for conducting AVE remove and replace operations. The Air Force requires procurement of five additional PTRs to replace the aging legacy fleet (PTIII) due to obsolescence, increasing sustainment costs, and inability to meet current security requirements.
Information Sought
Respondents are requested to provide detailed information on:
- Risk Mitigation: Plans for cost, schedule, and technical risks, including experience with long-lead time items.
- Business Classification: Confirmation of small business status under NAICS codes 336212, 336992, or 336999 (1,500 employee size standard).
- Manufacturing & Inspection: Recommendations for Government Mandatory Inspection Points or DCMA inspection points.
- Experience: Years of experience in TMRR, EMD, and P&D acquisition phases; development and production of nuclear-certified designs, including working with nuclear surety organizations and managing engineering changes; and design/development of ballistic armor technologies to MIL STD requirements.
- Schedule & Cost: Expected schedule durations from contract award through qualification testing and delivery, including engineering gates and milestones. Rough Order of Magnitude (ROM) cost ranges for engineering, design, testing, production, and per-unit costs.
- Testing: Expectations for testing locations (in-house vs. external) and experience with environmental (rain, hot/cold, sunshine) and shock/vibration testing for vehicles.
- Intellectual Property: Strategy for managing IP, including drawings, welding standards, specifications, and work instructions.
- Team Size: Expected team composition and size for the PTR production contract.
Contract & Timeline
- Type: Sources Sought/Request for Information (RFI)
- Purpose: Market research to identify responsible sources and determine acquisition strategy.
- NAICS Codes: 336212, 336992, 336999 (1,500 employee size standard)
- Response Due: March 12, 2026, 11:00 PM EST
- Published: February 11, 2026
- Place of Performance: NIBLEY, UT
Eligibility & Response
Access to attachments (PTR Statement of Work and PTR System Segment Specification) is limited to contractors with a DD 2345 certification from the Defense Logistics Information Service, Joint Certification Program, who have a legitimate business purpose. Interested parties must email kyle.andersen@us.af.mil and nathan.corey.1@us.af.mil to confirm eligibility and request access.
Responses should be a white-paper capability statement (limited to 4 pages) using the provided template, with additional information as appendices. Required submission details include company name, address, CAGE Code, Unique Identifier, business size by NAICS, Small Business Type(s), POC information, web page URL, teaming partners (if applicable), and determination of adequacy of accounting system by DCMA/DCAA for Cost Type Contracts.
Additional Notes
This RFI is for informational and planning purposes only and does not constitute a solicitation or imply a commitment to release one. The government will not pay for any costs incurred in responding to this RFI.