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

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 is soliciting proposals for a Survivability Test Stand (STS) at Holloman Air Force Base, NM. This Unrestricted opportunity seeks to design, procure, and install a new outdoor test stand to expand ground-test capabilities for high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. Proposals are due by March 9, 2026, at 2:00 PM MST.

Opportunity Overview

This solicitation (FA910126RB005) aims to address a ground-test capability gap at the AEDC-NRTF by establishing an outdoor survivability test stand. The project involves the design, procurement, and installation of the STS, capable of accommodating current and future large military engines and enabling RCS measurements of engine plumes and embedded engines. The scope includes developing a Statement of Work (SOW) for the Critical Design Review (CDR), providing on-site operator and maintenance training, and implementing test-support and data-acquisition systems.

Contract Details

  • Contract Type: Single Award Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed Price (FFP).
  • IDIQ Ceiling: $125,000,000.00
  • Minimum Order: $50,000.00
  • Maximum Order: $90,000,000.00
  • Ordering Period: Five years. Orders may be issued from April 17, 2026, through April 16, 2029.
  • Set-Aside: Unrestricted. A minimum of 10% Small Business participation (of $100M) is required.
  • Place of Performance: Holloman Air Force Base, NM, White Sands Missile Range (WSMR), and the RAMS NRTF facility.

Key Requirements & Deliverables

The project requires various Preliminary Design Reviews (PDRs) for components such as the Engine Stand, Turntable, Radar (2-D Deep Cavity Scanner, IR, Acoustics, SAR/ISAR), and Infrastructure (Mission Control, Facility Storage, Fuel Storage/Delivery, Target Prep, Fire Suppression, Earthwork). Key milestones include a Kick-off meeting (10 Days ARO), System Requirements Review (SRR) (30 Days ARO), and PDR (~6 months after SRR). Deliverables include a Project Management Plan, Systems Engineering Plan, Risk Management Plans, Safety Plan, Configuration Plan, Work Breakdown Structure, Integrated Master Schedule, and various reports. Government Furnished Equipment (GFE) includes REAPR and SABER software. Offerors must also address Contract Data Requirements List (CDRL) items.

Submission & Evaluation

Proposals must be submitted electronically via the PIEE Solicitation Module by March 9, 2026, at 2:00 PM MST. They should be structured into four volumes: Contract Documentation, Technical Proposal, Initial Order Price Proposal, and Past Performance Information. Evaluation will be a best value source selection based on Technical (pass/fail), Price, and Past Performance. Past Performance is significantly more important than price, and Technical and Past Performance combined are more important than price. Offerors must submit a Small Business Participation Commitment Document (SBPCD) demonstrating at least 10% Small Business participation.

Important Notes & Clarifications

A site visit is scheduled for February 24-26, 2026, at Holloman AFB and WSMR. Attendance is limited to three persons per company (subcontractors are separate entities) and requires submission of Form 5000 for background checks by January 29, 2026, 4:00 PM MST. Some attachments, including Use Cases and KPPs/KSAs, are export-controlled and require Joint Certification Program (JCP) certification for access. Pricing submissions should note flexibility on Basis of Estimates (BOEs) format, but BOEs will be compared to the technical proposal for realism. Attachment 4.7 (Initial Order Pricing Sheet) now includes a column for fee/profit on the 'Labor Categories' tab. Offerors must comply with NIST SP 800-171 requirements, with a summary level score posted in SPRS (110 required or compliance plan). Contacts: Tyler Payne (PCO, tyler.payne.9@us.af.mil) and Chuck King (Contract Specialist, charles.king.42@us.af.mil).

People

Points of Contact

Tyler PaynePRIMARY
Chuck KingSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 13
Solicitation
Posted: Mar 2, 2026
View
Version 12
Solicitation
Posted: Mar 2, 2026
View
Version 11
Solicitation
Posted: Feb 24, 2026
View
Version 10
Solicitation
Posted: Feb 23, 2026
View
Version 9
Solicitation
Posted: Feb 20, 2026
View
Version 8
Solicitation
Posted: Feb 19, 2026
View
Version 7
Solicitation
Posted: Feb 19, 2026
View
Version 6
Solicitation
Posted: Feb 18, 2026
View
Version 5
Solicitation
Posted: Feb 18, 2026
View
Version 4Viewing
Solicitation
Posted: Feb 10, 2026
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Solicitation
Posted: Jan 22, 2026
View