Test Facility Pump System Replacement
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 United States Air Force (USAF), through the Arnold Engineering Development Complex (AEDC), is soliciting proposals for a Test Facility Pump System Replacement at Arnold Air Force Base, TN. This opportunity seeks industry partners to design and demonstrate an operational utility prototype for a raw water supply system, including new pumps, supporting infrastructure, and a new free-standing building. The objective is to replace the aging system with a more reliable and flexible solution integrated into the existing site infrastructure. The Government intends to award one or more Other Transaction for Prototype (OTP) agreements under 10 U.S.C. § 4022.
Scope of Work
The project encompasses the full lifecycle from design to verification. Key requirements include:
- Designing, procuring, and installing a new six-pump raw water system (five replacements and one redundant).
- Designing and constructing a new free-standing building to house the system.
- Integrating the new system with existing site infrastructure while minimizing operational downtime.
- The scope includes design, analysis, procurement, fabrication, installation, demolition, and verification of the cooling water system, pump assemblies, piping, valves, electrical infrastructure, and a local PLC-based control system.
- Specific building requirements (civil, architectural, mechanical, electrical, lightning protection) and a 20-ton bridge crane are detailed in appendices.
- All work must adhere to mandatory AEDC Standards, DoD, Air Force, and industry codes/standards.
Eligibility & Set-Aside
This RPP is issued under Other Transactions for Prototype Projects (10 U.S.C. § 4022). While there is no specific set-aside, offerors must provide documentation justifying how their company plans to satisfy 10 U.S.C. 4022(d)(1)(A)-(C) (e.g., participation of nontraditional defense contractors, small businesses, or non-Federal funding). Mandatory requirements include:
- Maintaining an active Joint Certification Program (JCP) certification.
- Meeting NIST SP 800-171 DoD Assessment Requirements (current assessment within three years, summary-level score of 110 or higher, or submit a Plan of Action).
- Compliance with CMMC Level 2 certification requirements.
Evaluation Factors
Proposals will be evaluated based on:
- Mandatory Statutory Criteria: Pass/Fail for 10 U.S.C. 4022 compliance.
- Factor 1: Corporate Experience: Assessed for recency (within 5 years) and relevancy to the project's technical nature, size, and complexity, including experience in business process structuring and proof of concept design/execution.
- Factor 2: Technical Proposal: Includes subfactors for Execution Plan, Technical Approach, Prototype Schedule (shortest delivery timeframe preferred), and Data Rights (Unlimited Government Use preferred).
- Factor 3: Price: Evaluated for Price Related to Value, but is secondary to the technical approach.
Submission Details
Proposals are due by May 4, 2026, at 2:00 p.m. Central Time. Proposals must be organized into Corporate Experience, Technical Proposal, and Price Proposal. All communications and questions should be directed to Agreements Officer Haley Smith via email at haley.smith.10@us.af.mil. Note that some attachments are marked Distribution D; contact the Agreements Officer for access to these protected documents.