Survivability Test Stand
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, through the AEDC PKP Procurement Branch, is soliciting proposals for a Survivability Test Stand (STS). This effort involves the design, procurement, and installation of a new outdoor test stand at Holloman Air Force Base, NM, to enhance capabilities for high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurements of running aircraft engines. The Government intends to award a Single Award Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due March 16, 2026, at 1400 MST.
Scope of Work
The STS project aims to expand the AEDC-NRTF's capabilities by providing a ground-test facility for acquiring high-fidelity outdoor RCS, IR, and acoustic measurements from running aircraft engines, accommodating current and future large military engines. The initial Delivery Order (DO 1) focuses on completing the Preliminary Design Review (PDR) for the STS system, encompassing the Test Stand, Radar, and Infrastructure components. Key deliverables include a Contractor Statement of Work (CSOW) for Critical Design Review (CDR), various management and engineering plans (Project Management, Systems Engineering, Risk Management, Safety, Configuration), and technical reports. The Government will receive Government Purpose Data Rights for all technical data. Specific brand-name software and hardware are justified for compatibility with existing systems. While no MILCON is planned, new construction or modifications to existing buildings are possible, with a restriction on hardware above grade on the range.
Contract Details
- Contract Type: Single Award Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ)
- Ordering Period: Five years
- IDIQ Ceiling: $125,000,000.00
- Minimum Order Amount: $50,000.00
- Maximum Order Amount: $90,000,000.00
- Estimated Initial Order Start: June 15, 2026
- Place of Performance: Holloman AFB, NM, White Sands Missile Range, and RAMS NRTF facility.
Set-Aside & Eligibility
This is an Unrestricted solicitation, but Offerors must submit a Small Business Participation Commitment Document, demonstrating a plan to meet a minimum 10% Small Business participation goal. Large businesses must also submit a Small Business Subcontracting Plan. Offerors must address Organizational Conflict of Interest (OCI) and provide a mitigation plan. Compliance with NIST SP 800-171 is required, with a summary level score posted in SPRS (score of 110 or a plan to achieve compliance). Cross-teaming restrictions apply, preventing prime contractors from also serving as subcontractors to another prime.
Evaluation Factors
Proposals will be evaluated using a Best Value Source Selection process. Evaluation factors include Technical (pass/fail), Price, and Past Performance. For technically acceptable offers, Past Performance is significantly more important than Price. Technical evaluation will assess Technical Approach, Management Approach, and Integration Approach. Price will be evaluated for completeness, reasonableness, realism, and unbalanced pricing. The Government intends to award without discussions but reserves the right to conduct them.
Submission Requirements
Proposals are due by March 16, 2026, at 1400 MST. Submissions must be made electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Proposals must be organized into four volumes: Volume I (Contract Documentation), Volume II (Technical Proposal, 100-page limit), Volume III (Initial Order Price Proposal), and Volume IV (Past Performance Information). Offerors must use the provided pricing sheet (Attachment 4.7) and past performance tools. Non-government advisors may review technical and cost/price data.