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), a new outdoor facility at Holloman Air Force Base, NM, to expand ground-test capabilities for high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. This is a Firm-Fixed-Price (FFP) Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. Proposals are due March 9, 2026, at 1400 MST.

Purpose & Scope

The primary objective is to address a critical ground-test capability gap by designing, procuring, and installing an STS capable of testing current and future large military engines. The scope includes various Preliminary Design Reviews (PDRs) for the Test Stand (Engine Stand, Turntable), Radar components (2-D Deep Cavity Scanner, IR, Acoustics, SAR/ISAR), and essential Infrastructure (Mission Control, Facility Storage, Fuel Storage/Delivery, Target Prep, Fire Suppression, Earthwork). The initial Delivery Order (DO 1) will focus on completing the PDR for the entire STS system. Key deliverables also include System Requirements Review (SRR), Kick-off meetings, and numerous plans and reports (e.g., Project Management, Systems Engineering Management, Risk Management).

Contract Details

  • Contract Type: Firm-Fixed-Price (FFP) Single Award IDIQ
  • Ordering Period: Five years, with orders issued from April 17, 2026, through April 16, 2029. The estimated start date for the initial order is June 15, 2026.
  • Value: IDIQ Ceiling of $125,000,000.00. Minimum order amount is $50,000.00, and the maximum order amount is $90,000,000.00.
  • Set-Aside: Unrestricted. However, all offerors must submit a Small Business Participation Commitment Document (SBPCD) demonstrating a minimum of 10% small business participation. Other than small businesses must also submit a Small Business Subcontracting Plan.
  • NAICS: 334511 (Search, Detection, Navigation, Guidance, and Control Instrument Manufacturing)
  • Place of Performance: Primarily Holloman AFB, NM, and White Sands Missile Range (WSMR), NM.

Submission Requirements

Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by March 9, 2026, at 1400 MST. Submissions must be organized into four volumes: Volume I (Contract Documentation), Volume II (Technical Proposal - 100-page limit), Volume III (Initial Order Price Proposal), and Volume IV (Past Performance Information). Offerors must use the provided pricing sheet (Attachment 4.7 Amendment 0001) and Past Performance Information (PPI) Tool.

Evaluation Criteria

This is a Best Value Source Selection. Proposals will be evaluated on three factors: Technical (pass/fail), Price, and Past Performance. Past Performance is significantly more important than price for technically acceptable offers. The government intends to award without discussions but reserves the right to conduct them. Technical proposals will be assessed for understanding, approach, and integration. Price proposals will be evaluated for completeness, reasonableness, realism, and unbalanced pricing.

Key Considerations

Access to export-controlled attachments (e.g., Use Cases, KPPs/KSAs) requires Joint Certification Program (JCP) certification. Offerors must address Organizational Conflict of Interest (OCI) with a mitigation plan and demonstrate NIST SP 800-171 compliance. A site visit was scheduled for February 24-26, 2026, with attendance limitations. Non-government advisors may review technical and cost/price data.

People

Points of Contact

Tyler PayneSECONDARY

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
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 9Viewing
Solicitation
Posted: Feb 20, 2026
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 4
Solicitation
Posted: Feb 10, 2026
View
Version 3
Solicitation
Posted: Feb 9, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1
Solicitation
Posted: Jan 22, 2026
View
Survivability Test Stand | GovScope