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 has issued a Solicitation (FA9101-26-R-B005) for the Survivability Test Stand (STS) project. This unrestricted opportunity seeks to procure design, procurement, and installation services for a new outdoor test stand at Holloman Air Force Base, NM. The goal is to expand ground-test capabilities for high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. Proposals are due March 9, 2026, at 2:00 PM MST.
Purpose & Scope
This acquisition aims to address a ground-test capability gap by providing the National Radar Test Facility (NRTF) with an outdoor test stand capable of acquiring high-fidelity outdoor RCS, IR, and acoustics measurements from running aircraft engines. The scope includes the design, procurement, and installation of the STS, along with related services. The initial Delivery Order (DO 1) focuses on completing the Preliminary Design Review (PDR) for the STS system, encompassing Test Stand, Radar, and Infrastructure components, designed to meet specified Use Cases and Key Performance Parameters (KPPs)/Key System Attributes (KSAs).
Contract Details
- Contract Type: Single Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed-Price (FFP).
- Overall Maximum Value: $150,000,000.00.
- IDIQ Ceiling: $125,000,000.00.
- Minimum Order Amount: $50,000.00.
- Maximum Order Amount: $90,000,000.00 per order.
- Ordering Period: April 17, 2026, through April 16, 2029 (five years).
- Set-Aside: Unrestricted, with a minimum 10% Small Business participation requirement (of $100M).
- NAICS Code: 334511 (Search, Detection, Navigation, Guidance, and Control Instrument Manufacturing), Size Standard: 1350 Employees.
- Place of Performance: Holloman Air Force Base, NM, White Sands Missile Range, and the RAMS NRTF facility.
Key Requirements & Deliverables
The solicitation outlines various PDRs (e.g., Engine Stand, Turntable, Radar, Infrastructure components), System Requirements Review (SRR), Kickoff, and numerous reports/plans (Project Management Plan, Systems Engineering Management Plan, Risk Management Plan, Integrated Logistics Support Plan, Quality Management System Report, etc.). Government Furnished Equipment (GFE) includes REAPR and SABER software, which bidders must integrate. Offerors must develop a Contractor Statement of Work (CSOW) for the Critical Design Review (CDR). The government requires Unlimited Data Rights to all technical data and reports.
Submission & Evaluation
- Proposal Due Date: March 9, 2026, at 2:00 PM MST.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module; cost portion via email.
- Evaluation Factors: Technical, Past Performance, and Price. Technical and Past Performance combined are significantly more important than Price. Technical acceptability is pass/fail.
- Past Performance: Requires use of a PPI Tool, relevancy matrix, client authorization letters, and subcontractor consent letters.
- Pricing: Offerors must use Attachment 4.7 (Initial Order Pricing Sheet) and provide detailed, fully burdened costs. The government is flexible on Basis of Estimates (BOEs) format but will evaluate for realism.
- Small Business Participation: A Small Business Participation Commitment Document (SBPCD) is mandatory, demonstrating at least 10% SB participation.
- NIST SP 800-171: Offerors must have a summary level score of 110 posted in SPRS or submit a compliance plan.
Site Visit & Access
A site visit was scheduled for February 24-26, 2026, at Holloman AFB and White Sands Missile Range. Attendance was limited to three persons per company (prime or subcontractor) due to transportation constraints. Access to export-controlled attachments (Use Cases, KPPs/KSAs) requires Joint Certification Program (JCP) certification and submission of DD Form 2345. Personnel requiring access to White Sands Missile Range must complete a background check (Form 5000).
Special Considerations
Contractors performing at Holloman AFB must adhere to specific requirements regarding insurance, contract security (NCIC background checks, VAR process), green procurement, hazardous material handling, and New Mexico Gross Receipts Tax.
Contacts
- Primary: Tyler Payne (tyler.payne.9@us.af.mil)
- Secondary: Chuck King (charles.king.42@us.af.mil)