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, through its AEDC PKP PROCRMNT BR office, is soliciting proposals for the Survivability Test Stand (STS) project. This effort involves the design, procurement, and installation of a new outdoor test stand at Holloman Air Force Base, NM, to expand the National Radar Cross-Section Test Facility (NRTF)'s capabilities. The STS will enable high-fidelity outdoor Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. This is an Unrestricted acquisition, with proposals due by March 9, 2026, at 1400 MST.
Scope of Work
The project aims to address a ground-test capability gap by providing a new outdoor survivability test stand. Key requirements include developing a Contractor Statement of Work (CSOW) and achieving milestones such as Kick-off, System Requirements Review (SRR), and Preliminary Design Review (PDR) for the Test Stand, Radar, and Infrastructure components. The initial Delivery Order (DO 1) specifically focuses on completing the PDR. Deliverables encompass various plans (Project Management, Systems Engineering, Risk Management, Safety, Configuration), reports, and documentation. The government will receive Unlimited Data Rights to technical data for the overall contract and Government Purpose Data Rights for DO 1.
Contract Details
- Contract Type: Single Award Indefinite Delivery Indefinite Quantity (IDIQ), Firm-Fixed-Price (FFP).
- IDIQ Ceiling: $125,000,000.00.
- Ordering Period: Five years.
- Minimum Order: $50,000.00; Maximum Order: $90,000,000.00.
- Estimated Initial Order Start: June 15, 2026.
- Place of Performance: Primarily Holloman AFB, NM, White Sands Missile Range (WSMR), and the RAMS NRTF facility.
- NAICS Code: 334511 (Search, Detection, Navigation, Guidance, and Control Instrument Manufacturing), Size Standard: 1350 Employees.
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 (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. Offerors must comply with NIST SP 800-171 (SPRS score 110 or compliance plan) and address Organizational Conflict of Interest (OCI). A Small Business Participation Commitment Document is required from all offerors, with a minimum 10% Small Business participation.
Key Updates & Clarifications
Amendment 0001 revised Sections L (Instructions to Offerors), M (Evaluation Factors), and the Initial Order Pricing Sheet. Recent Q&A clarified pricing format flexibility (with realism checks), confirmed the addition of a fee/profit column to the pricing sheet, and detailed subcontractor cost requirements. Key milestone dates (Kick-off, SRR, PDR, CDR) have been provided. Site visit attendance was limited to 3 persons per company (including subcontractors) due to transportation constraints.