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, has issued a Solicitation (FA9101-26-R-B005) 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 expand high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurement capabilities for running aircraft engines. The Government intends to award a single, Firm-Fixed-Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a five-year ordering period and a ceiling of $125,000,000.00. Proposals are due March 9, 2026, at 1400 MST.
Scope of Work
The primary objective is to establish an outdoor STS capable of acquiring high-fidelity outdoor RCS, IR, and acoustic measurements from running aircraft engines, accommodating current and future large military engines. Key requirements include:
- Design, procurement, and installation of the STS system, including Test Stand, Radar (2-D Deep Cavity Scanner, IR, Acoustics, SAR/ISAR), and Infrastructure (Mission Control, Facility Storage, Fuel Storage/Delivery, Target Prep, Fire Suppression, Earthwork).
- Development of a Contractor Statement of Work (CSOW) for Critical Design Review (CDR).
- Achieving milestones such as Kick-Off, System Requirements Review (SRR), and Preliminary Design Review (PDR) for all major components.
- Providing on-site operator and maintenance training.
- Developing and maintaining a Quality Control Plan (QCP).
- Delivering various data items and reports, including Project Management Plan, Systems Engineering Plan, Risk Management Plans, and Scientific and Technical Reports.
- Meeting Initial Operating Capability (IOC) and Full Operating Capability (FOC) criteria, as detailed in Attachments 3 and 4.
Contract Details
- Contract Type: Single Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed-Price (FFP).
- Ordering Period: Five years.
- IDIQ Ceiling: $125,000,000.00.
- Minimum Order: $50,000.00.
- Maximum Order: $90,000,000.00.
- Set-Aside: Unrestricted, with a Minimum Quantitative Requirement of 10% for Small Business participation (of $100M).
- NAICS Code: 334511 (Radar Equipment, Except Airborne) with a size standard of 1350 employees.
- Place of Performance: Holloman Air Force Base, NM, White Sands Missile Range (WSMR), NM, and the RAMS NRTF facility.
Submission & Evaluation
Proposals must be submitted in four volumes: Contract Documentation, Technical Proposal, Initial Order Price Proposal, and Past Performance Information. Submission is required via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by March 9, 2026, at 1400 MST. Evaluation will be a competitive best value source selection based on three factors:
- Technical: Assessed as pass/fail, covering Technical Approach, Management Approach, and Integration Approach.
- Past Performance: Significantly more important than price, assessed for recency, relevancy, and quality, resulting in a Performance Confidence Assessment (PCA).
- Price: Evaluated for completeness, reasonableness, realism, unbalanced pricing, and Total Evaluated Price (TEP). The Government intends to award without discussions but reserves the right to conduct them. Offerors must address Organizational Conflict of Interest (OCI) and ensure their NIST SP 800-171 summary level score is posted in SPRS (score of 110 or compliance plan required).
Key Dates & Contacts
- Proposal Due Date: March 9, 2026, at 1400 MST.
- Questions Due Date: February 20, 2026, at 1200 MST.
- Site Visit: February 24-26, 2026, at Holloman AFB, NM, and WSMR, NM. Attendance was limited to three persons per company. A specific form (Directorate of Emergency Services Access Control Background Check Request Form 5000) was required by January 29, 2026, for site visit attendance.
- Primary Contact: Tyler Payne (tyler.payne.9@us.af.mil).
- Secondary Contact: Chuck King (charles.king.42@us.af.mil).
Important Notes
Several attachments are marked Distro Statement D, Export Controlled, requiring Joint Certification Program (JCP) certification for access (e.g., Use Cases, KPPs/KSAs). Offerors must comply with DFARS 252.225-7048 (Export-Controlled Items). Government Furnished Equipment (GFE) includes REAPR and SABER software. Contractors performing at Holloman AFB must adhere to specific requirements regarding insurance, security (NCIC background checks), green procurement, and New Mexico Gross Receipts Tax. Proposals must be valid through October 31, 2026.