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 the Survivability Test Stand (STS) project, aiming to design, procure, and install a new outdoor test stand at Holloman AFB, NM. This Unrestricted opportunity seeks to expand capabilities for high-fidelity outdoor Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. Proposals are due March 9, 2026, at 1400 MST.
Purpose & Scope
The primary objective is to establish a new outdoor survivability test stand to address a ground-test capability gap. This includes providing the NRTF with a stand capable of acquiring high-fidelity outdoor RCS, IR, and acoustics measurements from running aircraft engines, accommodating current and future large military engines, and enabling RCS measurements of engine plumes. The initial delivery order focuses on completing the Preliminary Design Review (PDR) for the Test Stand, Radar, and Infrastructure components, ensuring they meet specified Use Cases and Key Performance Parameters (KPPs) and Key System Attributes (KSAs).
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
- Initial Order Start: Estimated June 15, 2026.
- NAICS Code: 334511 (Radar Equipment, Except Airborne).
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module by March 9, 2026, at 1400 MST. Submissions require four volumes: Contract Documentation, Technical (100-page limit), Initial Order Price, and Past Performance. Evaluation will be based on a Best Value Source Selection, where Past Performance is significantly more important than Price for technically acceptable offers. Technical proposals will be assessed on a pass/fail basis. Offerors must use the amended Attachment 4.7 for detailed pricing, including fee/profit, and ensure BOEs align with the technical proposal for realism. A Small Business Participation Commitment Document (SBPCD) is required, demonstrating a minimum of 10% small business participation.
Key Requirements & Notes
- Milestones: Kick-Off (
10 Days ARO), SRR (30 Days ARO), PDR (6 months after SRR), CDR (9 months after PDR). - Compliance: Offerors must have a current NIST SP 800-171 assessment (score in SPRS, or plan if <110) and address Organizational Conflict of Interest (OCI) with a mitigation plan.
- Site Visit: A site visit was scheduled for February 24-26, 2026, at Holloman AFB, NM, and White Sands Missile Range (WSMR). WSMR access is limited to 6 persons per team and requires specific forms (Form 5000) and U.S. citizenship. Export-controlled documents (KPPs/KSAs, Use Cases) require Joint Certification Program (JCP) certification for access.
- Contacts: Primary: Charles King (charles.king.42@us.af.mil, 575-430-1013). Secondary: Tyler Payne (tyler.payne.9@us.af.mil).