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, involving the design, procurement, and installation of a new outdoor test stand at Holloman Air Force Base, NM. This Unrestricted opportunity aims to expand capabilities for high-fidelity Radar Cross Section (RCS), Infrared (IR), and acoustic measurements from running aircraft engines. Proposals are due by March 9, 2026, at 1400 MST.
Opportunity Overview
This acquisition addresses a critical ground-test capability gap by establishing a new outdoor survivability test stand at the AEDC-NRTF. The STS will enable the acquisition of high-fidelity outdoor RCS, IR, and acoustic measurements from running aircraft engines, accommodating current and future large military engines, and allowing for RCS measurements of engine plumes and engines embedded in representative shrouds. The place of performance includes Holloman AFB, NM, and White Sands Missile Range (WSMR), specifically 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 amount of $50,000.00 and a maximum order amount of $90,000,000.00. The estimated start date for the initial order is June 15, 2026.
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 Proposal (100-page limit), Initial Order Price Proposal, and Past Performance Information.
The evaluation will follow a Best Value Source Selection process. Technical proposals will be assessed on a pass/fail basis, covering Technical, Management, and Integration Approaches. Price proposals will be evaluated for completeness, reasonableness, realism, and unbalanced pricing. Past Performance is significantly more important than Price for technically acceptable offers, assessed on recency, relevancy, and quality. The Government intends to award without discussions but reserves the right to conduct them.
Set-Aside & Special Requirements
This is an Unrestricted acquisition. However, all offerors must submit a Small Business Participation Commitment Document, demonstrating a minimum of 10% small business participation. Large businesses are also required to submit a Small Business Subcontracting Plan. Offerors must address Organizational Conflict of Interest (OCI) and provide a mitigation plan. Compliance with NIST SP 800-171 is mandatory, requiring a summary level score in SPRS or a compliance plan if the score is below 110. Export-controlled attachments (Use Cases, KPPs/KSAs) require Joint Certification Program (JCP) certification for access. Cross-teaming between prime and subcontractor roles is restricted.
Key Milestones & Deliverables
The initial Delivery Order (DO 1) focuses on completing the Preliminary Design Review (PDR) for the STS system, encompassing Test Stand, Radar, and Infrastructure components. Key project milestones include a Kick-off Meeting (10 Days After Receipt of Offer (ARO)), System Requirements Review (SRR) (30 Days ARO), PDR (6 Months after SRR), and Critical Design Review (CDR) (9 months after PDR). Required deliverables include a Contractor Statement of Work (CSOW) for CDR, Project Management Plan, Systems Engineering Management Plan, Risk Management Plan, Safety Plan, Configuration Plan, various reports, and documentation. Government Furnished Equipment (GFE) includes REAPR and SABER software.
Contacts
Primary Point of Contact: Tyler Payne (tyler.payne.9@us.af.mil). Secondary Contact: Charles King (charles.king.42@us.af.mil).