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 is soliciting proposals for a Survivability Test Stand (STS) at Holloman Air Force Base, NM. This Unrestricted acquisition aims to establish a new outdoor test stand for high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. The contract will be a Single Award, Firm-Fixed-Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) with a ceiling of $125 million. Proposals are due March 9, 2026, at 1400 MST.
Purpose & Scope
The primary objective is to expand the AEDC-NRTF's capabilities by addressing a ground-test gap, enabling the acquisition of precise outdoor measurements from current and future large military engines, including engine plumes and embedded engines. The scope includes developing a detailed Statement of Work (SOW), providing on-site operator and maintenance training, conducting IR and acoustic surveys, and establishing test-support and data-acquisition systems. Key deliverables involve Preliminary Design Reviews (PDRs) for the engine stand, turntable, radar components (2-D Deep Cavity Scanner, IR, Acoustics, SAR/ISAR), and various infrastructure elements (Mission Control, Facility Storage, Fuel Storage/Delivery, Target Prep, Fire Suppression, Earthwork). The initial Delivery Order (DO 1) focuses on completing the PDR for the STS system.
Contract Details
This is a Single Award IDIQ contract with a five-year ordering period. The total ceiling is $125,000,000.00, with a minimum order of $50,000.00 and a maximum order of $90,000,000.00. The primary place of performance is Holloman Air Force Base, NM, including White Sands Missile Range and the RAMS NRTF facility. The NAICS code is 334511 (Search, Detection, Navigation, Guidance, and Control Instrument Manufacturing) with a 1350-employee size standard. The Government will provide REAPR and SABER software as Government Furnished Equipment (GFE) and will receive Unlimited Data Rights to all technical data and reports.
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by March 9, 2026, at 1400 MST. Submissions require four volumes: Contract Documentation, Technical (limited to 100 pages), Initial Order Price, and Past Performance. Evaluation will be a best value source selection based on three factors: Technical (pass/fail), Price (completeness, reasonableness, realism, unbalanced pricing), and Past Performance (recency, relevancy, quality). Past Performance is significantly more important than Price for technically acceptable proposals. Offerors must commit to a minimum of 10% Small Business participation (of $100M) and comply with NIST SP 800-171 requirements (score of 110 in SPRS or compliance plan). Organizational Conflict of Interest (OCI) mitigation plans are also required.
Key Dates & Events
A site visit was scheduled for February 24-26, 2026, at Holloman AFB and White Sands Missile Range (WSMR), with WSMR attendance limited to 6 persons per team. Key project milestones include a Kick-off Meeting approximately 10 Days After Receipt of Offer (ARO), System Requirements Review (SRR) approximately 30 Days ARO, Preliminary Design Review (PDR) approximately 6 months after SRR, and Critical Design Review (CDR) approximately 9 months after PDR.
Contacts
Primary: Tyler Payne (tyler.payne.9@us.af.mil) Secondary: Chuck King (charles.king.42@us.af.mil)