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, an unrestricted acquisition to design, procure, and install a new outdoor test stand at Holloman Air Force Base, NM. This facility will enable high-fidelity outdoor Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines, addressing a critical ground-test capability gap. Proposals are due March 9, 2026, at 1400 MST.
Scope of Work
The project's initial phase (Delivery Order 1) focuses on completing the Preliminary Design Review (PDR) for the STS system, encompassing Test Stand, Radar, and Infrastructure components. Key deliverables include a Contractor Statement of Work (CSOW) for the Critical Design Review (CDR), Project Management Plan, Systems Engineering Plan, Risk Management Plans, Safety Plan, Configuration Plan, Work Breakdown Structure, Integrated Master Schedule, Presentation Materials, Meeting Minutes, and Scientific and Technical Reports. The system must meet specified Use Cases and Key Performance Parameters (KPPs)/Key System Attributes (KSAs). Performance will occur at Holloman AFB, White Sands Missile Range (WSMR), and the RAMS NRTF facility.
Contract Details
This is a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) contract with a Firm-Fixed-Price (FFP) structure and a five-year ordering period. The IDIQ has a ceiling of $125,000,000.00, with a minimum order of $50,000.00 and a maximum order of $90,000,000.00. The estimated start date for the initial order is June 15, 2026. The NAICS code is 334511 (Radar Equipment, Except Airborne) with a 1350-employee size standard.
Submission & Evaluation
Proposals must be submitted electronically via the PIEE Solicitation Module by the deadline. Submissions require four volumes: Contract Documentation, Technical (100-page limit), Initial Order Price, and Past Performance. This is a Best Value Source Selection, where Past Performance is significantly more important than Price for technically acceptable offers. Technical proposals will be evaluated on a pass/fail basis. Price will be assessed for completeness, reasonableness, realism, and unbalanced pricing. Offerors must submit a Small Business Participation Commitment Document (SBPCD), demonstrating a minimum 10% Small Business participation. Other than small businesses must also provide a Small Business Subcontracting Plan.
Special Requirements & Notes
Offerors must comply with NIST SP 800-171 requirements, address Organizational Conflict of Interest (OCI) with a mitigation plan, and adhere to Holloman AFB-specific language regarding insurance, security, and environmental considerations. Government Purpose Data Rights are required for all technical data and reports. An Industry Day was held on February 24-25, 2026, including site visits to WSMR with attendance limitations. The Government intends to award without discussions but reserves the right to conduct them.