Survivability Test Stand
SOL #: FA910126RB005Solicitation
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
Holloman Air Force Base, NM
NAICS
Search (334511)
PSC
Radar Equipment, Except Airborne (5840)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 22, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 9, 2026, 8:00 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, specifically the Arnold Engineering Development Complex (AEDC), is soliciting proposals for the design, procurement, and installation of a Survivability Test Stand (STS) at Holloman Air Force Base, NM. This project aims to provide high-fidelity outdoor Radar Cross Section (RCS), Infrared (IR), and acoustic measurements for running aircraft engines. Proposals are due March 9, 2026.
Scope of Work
The contractor will be responsible for the full lifecycle of the STS, including:
- Design & Engineering: Preliminary and Critical Design Reviews (PDR/CDR) for the test stand, turntable, and radar systems (2-D Deep Cavity, IR, Acoustics, SAR/ISAR).
- Infrastructure: Development of mission control, fuel storage/delivery, target preparation, fire suppression, and earthwork.
- Testing Capabilities: Enabling ground-test capabilities for large military engines, including plume measurements and embedded engine shrouds.
- Deliverables: Comprehensive data requirements (CDRLs), training, and site acceptance testing.
Contract & Timeline
- Type: Single Award, Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ).
- Ceiling: $125,000,000.00.
- Duration: Five-year ordering period.
- Set-Aside: Unrestricted.
- Key Dates:
- Background Check (Form 5000) for Site Visit: Due Jan 29, 2026.
- Questions Due: Feb 20, 2026.
- Site Visit: Feb 24–26, 2026.
- Proposals Due: March 9, 2026, at 1400 MST.
Evaluation
Award will be made using a Best Value Source Selection process. Evaluation factors include:
- Technical: (Pass/Fail) Technical Approach, Management, and Integration.
- Past Performance: Significantly more important than price.
- Price: Evaluated for reasonableness and realism.
Additional Notes
- Export Control: Several attachments are marked Distribution Statement D. Offerors must be Joint Certification Program (JCP) certified to access technical data.
- Small Business: A minimum quantitative requirement of 10% small business participation is required.
People
Points of Contact
Tyler PaynePRIMARY
Chuck KingSECONDARY
Files
Files
No files attached to this opportunity
Versions
Version 13
Solicitation
Posted: Mar 2, 2026
Version 12
Solicitation
Posted: Mar 2, 2026
Version 11
Solicitation
Posted: Feb 24, 2026
Version 10
Solicitation
Posted: Feb 23, 2026
Version 9
Solicitation
Posted: Feb 20, 2026
Version 8
Solicitation
Posted: Feb 19, 2026
Version 7
Solicitation
Posted: Feb 19, 2026
Version 6
Solicitation
Posted: Feb 18, 2026
Version 5
Solicitation
Posted: Feb 18, 2026
Version 4
Solicitation
Posted: Feb 10, 2026
Version 3
Solicitation
Posted: Feb 9, 2026
Version 2
Solicitation
Posted: Feb 6, 2026
Version 1Viewing
Solicitation
Posted: Jan 22, 2026