ContractSolicitation

Return Basin Modernization - Request for Prototype Proposal (RFPP)

DEPT OF DEFENSE FA9101259ReturnBasin
Response Deadline
Nov 12, 2025
Deadline passed
Days Remaining
0
Closed
Set-Aside
Full & Open
Notice Type
Solicitation

Contract Opportunity Analysis

The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Return Basin Modernization project at Arnold Air Force Base in Tennessee. This Request for Prototype Proposal (RFPP) aims to award up to two Other Transaction Prototype (OTP) projects to design and install new pump assemblies and supporting infrastructure, ultimately leading to a follow-on production agreement for successful prototypes. The project is critical for replacing existing Return Basin equipment, ensuring operational efficiency and compliance with safety standards, with an estimated construction cost of $30 million to $40 million. Proposals are due by November 12, 2025, and interested vendors should contact Haley Smith or Bailey Deason for further information.

Classification Codes

NAICS Code
237990
Other Heavy and Civil Engineering Construction
PSC Code
Y1QA
CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)

Solicitation Documents

13 Files
Request for Prototype Proposal (RFPP) - Return Basin Modernization.pdf
PDF408 KBOct 30, 2025
AI Summary
The Department of the Air Force (AFMC/AFTC/PZIA Arnold) has issued a Request for Prototype Proposal (RFP) for the "Return Basin Modernization" project at Arnold Air Force Base, TN. The objective is to award up to two Other Transaction Prototype (OTP) Projects under 10 U.S.C. 4022 to develop and validate designs for replacing existing Return Basin pump assemblies and supporting infrastructure. The project involves the design, procurement, delivery, and installation of operational pump assemblies and integration with the current cooling water system. A successful prototype will lead to a single follow-on production agreement. Proposals will be evaluated based on Mandatory Statutory Criteria, Vendor Risk Mitigation (Factor 1), Business Process (Factor 2), and Price (Factor 3). Key submission requirements include past performance, detailed subcontracting and in-house execution plans for both prototype and follow-on phases, a technical narrative, data rights for conceptual design, and a prototype schedule. The agreement type for both the prototype and potential follow-on will be Firm-Fixed-Price. Proposals are due by October 17, 2025.
FA9101259ReturnBasin_QandA_30Oct25.pdf
PDF109 KBOct 30, 2025
AI Summary
This document compiles questions and answers regarding the Request for Prototype Proposal (RFPP) FA9101259ReturnBasin, focusing on a return basin project. Key details include an estimated construction cost of $30M to $40M, a planned contract award for design efforts within two weeks of proposal receipt, and a follow-on construction agreement after successful prototype completion. The anticipated outage period is from April 15 to October 15, 2027, with the sump pump in the pump/motor area being the only one required to operate continuously. No redundancy is required for the seven main pumps. The project scope is defined by highlighted areas in the Performance Parameters PDF. The RFPP milestones cover the prototype agreement only, while the Statement of Objectives (SOO) reflects overall project objectives, with construction milestones to be negotiated later. The government clarified that offerors can propose any viable solution within the SOO and Performance Parameters, even if not explicitly detailed in the SOO. Amendments 0001 addressed several discrepancies, including removing the 60% design review and clarifying table references. Pump curves for existing pumps are unavailable, and the proposal due date has been extended to November 12, 2025. The government does not plan an Industry Day but allows site visits.
Request for Prototype Proposal (RFPP) - Return Basin Modernization_Amend0001.pdf
PDF408 KBOct 30, 2025
AI Summary
This amended Request for Prototype Proposal (RFP) from the Department of the Air Force, dated October 30, 2025, seeks up to two (2) Other Transaction Prototype (OTP) projects for the Return Basin Modernization at Arnold Air Force Base, TN. The objective is to design and install pump assemblies and supporting infrastructure. A successful prototype may lead to a follow-on production agreement. Proposals will be evaluated through a gated process based on Mandatory Statutory Criteria, Vendor Risk Mitigation (Factor 1), Business Process (Factor 2), and Price (Factor 3). Vendors must demonstrate past performance, outline subcontracting and in-house execution plans, provide a technical narrative, specify data rights, and submit a prototype schedule and firm-fixed price. The deadline for proposals is November 12, 2025.
Performance Parameters_Amend0001.pdf
PDF156 KBOct 30, 2025
AI Summary
This Statement of Objectives (SOO) outlines the Return Basin Modernization project, focusing on replacing seven existing pump assemblies (P1-P7) and associated infrastructure. The project encompasses design, analysis, procurement, fabrication, installation, and verification activities to ensure fully operational replacement pumps. Key performance parameters include compliance with AEDC Engineering and Safety Standards, verification of existing conditions, soil boring and sampling per ASTM standards, and professional engineering stamps for all drawings and reports. The new pumps must meet specific performance requirements and operate continuously within defined pressure ranges. The project also mandates weatherproof equipment, cathodic protection for new components, and ASME A13.1 compliant piping identification. The existing discharge header will be repaired or replaced, ensuring a 20-year service life, and all new structures must adhere to OSHA and AEDC SHE Standards. Excavation must use specific methods to prevent utility damage, and all pumps and actuated valves will be controlled from the existing control room using Emerson RX3i hardware and specific software. Outages require advance coordination and must occur between April 15 and October 15, 2027, with the contractor responsible for freeze protection outside this period. The contractor is also responsible for all verification and validation activities, with the Government providing necessary support for testing requiring external resources.
Atch 2 - Prototype Proposal Evaluation Methodology_Amend0001.xlsx
Excel56 KBOct 30, 2025
AI Summary
The document outlines mandatory evaluation criteria and scoring matrices for government solicitations, focusing on vendor risk mitigation, business process, and technical approach. Key criteria include substantiating documentation for statutory authority, past performance, and Supplier Performance Risk System (SPRS) scores. The document details scoring for subcontracting and prime in-house execution plans for both prototype and follow-on production, emphasizing clear identification of expertise, evidence of capability, integration with schedules, and risk mitigation strategies. Technical approach evaluation focuses on comprehensive, strategic, and scalable plans, while data rights and prototype delivery timelines are also critical factors. The scoring system assigns weights to various subfactors, ultimately contributing to a total evaluation score that informs price-related-to-value calculations for award decisions. The document also lists payable milestones for prototype awards related to the "Return Basin Modernization" project.
Atch 3 - Prototype and Follow-on Production Articles_unlocked.pdf
PDF478 KBOct 30, 2025
AI Summary
This government file outlines essential terms and conditions for federal agreements, covering a range of critical aspects from inspection and acceptance of deliverables at Arnold Air Force Base, TN, to payment terms and dispute resolution. Key provisions include rules for assignment of payments, modifications requiring written agreement, and a multi-tiered conflict resolution process escalating to litigation under Tennessee law. The document details contractor responsibilities for invoicing via Wide Area Workflow (WAWF) and includes specific DOAAAC codes. It also addresses liability for non-performance due to force majeure, patent indemnity, payment terms (Net 30 Days), handling overpayments, and interest on debts. Risk of loss remains with the contractor until delivery at the f.o.b. destination. The government reserves rights for termination for convenience or cause. Important compliance requirements include registration in the System for Award Management (SAM), adherence to the Defense Priorities and Allocation System (DPAS), and compliance with NIST SP 800-171 DoD Assessment requirements for safeguarding controlled unclassified information. The file also prohibits the use of certain telecommunications and video surveillance equipment and services, particularly from covered foreign countries, and outlines reporting requirements for any identified use. Additionally, it specifies data rights for the U.S. Air Force, procedures for stop-work orders, and defines
Atch 1 - Statement of Objectives.pdf
PDF92 KBOct 30, 2025
AI Summary
The Statement of Objectives (SOO) ANZY189046 outlines the "Return Basin Modernization" project at Arnold AFB, TN. The primary goal is to replace existing pump assemblies and supporting infrastructure, including necessary structural modifications to the Return Basin and repair/replacement of piping and valves. The contract objectives require a performance-based Statement of Work (SOW) based on SOO Attachment 1 – Performance Parameters. Key milestones include project kickoff, various design reviews (30% Preliminary, 90% Critical, 100% Final), authorization for procurement, installation completion, and commissioning. Data deliverables will include various drawings, reports, plans, and permits, with the contractor providing unlimited data rights. On-site orientation and training for new equipment are also required. A Quality Control Plan is essential to ensure requirements are met and corrective actions are taken. The program management objective emphasizes flexibility for offerors while maintaining government visibility into schedule, performance, and risks.
Performance Parameters.pdf
PDF161 KBOct 30, 2025
AI Summary
The Statement of Objectives (SOO) outlines the Return Basin Modernization project (IRA-25-0997), focusing on replacing existing pump assemblies (P1-P7) and associated infrastructure. The project includes design, analysis, procurement, fabrication, installation, and verification of new pumps, piping, and supporting structures. Key performance parameters require adherence to AEDC engineering and safety standards, verification of existing conditions, soil boring and sampling, and professional engineering stamps for all drawings and reports in Tennessee. New pumps must meet specific performance requirements, operate within a continuous discharge header pressure range (10-30 PSIG), and include isolation valves and drains for maintenance. All equipment must be weatherproof and submersible. The project mandates cathodic protection for new equipment, ASME A13.1 compliant piping identification, and repair or replacement of the existing discharge header for a 20-year service life. Clearance requirements for pump assemblies and valves, OSHA and AEDC SHE standards for new structures, and specific excavation methods are detailed. Control systems for pumps and valves must use Emerson RX3i hardware and Proficy/Cimplicity software. All drawings become AEDC property. Outages are restricted to April 15 to October 15, 2027, with a four-week advance notice, and require freeze protection if outside this period. The contractor is responsible for all verification and validation activities, with government support for external resources.
Appendix A - Pump Parameters.pdf
PDF81 KBOct 30, 2025
AI Summary
This Statement of Objectives (SOO) outlines the performance parameters for pump assemblies required for the Return Basin Modernization project. Key requirements include each assembly comprising a pump, drive motor, and coupling, with optional baseplate, mounting plate, lube oil, or cooling systems. The pumps must provide a total flow capacity range from 5,000 GPM to 205,000 GPM, adjustable in 5,000 GPM increments or less, and be shop tested and guaranteed for continuous operation. The contractor must verify compatibility with existing AEDC power infrastructure. All seven pumps (P1-P7) must be of the same type and configuration from a single manufacturer, possess a stable head-flow characteristic with a 15-25% rise-to-shutoff, and operate continuously between 70% and 120% of the Best Efficiency Point without damage. Other specifications cover impeller diameter, flange compatibility (ASME B16.5), finish quality, accessibility for maintenance, motor starting capability, and cooling methods (air or water only). Monitoring for vibration and temperature, as well as lifting lugs, are also mandatory. Threaded fasteners must conform to ASME B1.1.
Appendix C - Design Reviews.pdf
PDF747 KBOct 30, 2025
AI Summary
This government file, Attachment 1 – Performance Parameters Appendix C – Design Reviews for SOO # 16789-25-006, outlines the detailed work products and documentation requirements for contractors throughout the various design review phases of the Return Basin Modernization project. It covers three main design reviews: 30% Preliminary Design Review (PDR), 90% Critical Design Review (CDR), and 100% Final Design Review (FDR). For each phase, the document specifies required deliverables, acceptable formats, and necessary government approvals. Key areas of documentation include project summaries, requirements documents, design deviations, system interface diagrams, site plans, schematics, safety features, operating limits, alternative solution analysis, procurement strategies, demolition plans, manufacturing and installation plans, operations and maintenance plans, failure modes and effects analysis (FMEA), verification and validation plans, system test plans, acquisition plans, gap analysis, schedules, cost estimates, hazard tracking logs, and risk assessment matrices. The document also defines different states for documentation (Initial, Draft, Preliminary, Approved, Final) and lists exit criteria for each review, ensuring comprehensive oversight and compliance throughout the project lifecycle.
Appendix D - AEDC Standards.pdf
PDF31138 KBOct 30, 2025
AI Summary
The document, Statement of Objectives (SOO) No: 16789-25-006, details the mandatory engineering and safety standards for the Return Basin Modernization project at AEDC, focusing on pressure piping. It establishes minimum requirements for the design, materials, fabrication, assembly, erection, inspection, and testing of new and existing pressure piping systems. The standard, AEDC-ENGR-STD-T-2, outlines specific codes like ASME B31 for piping, alongside AEDC-specific modifications and exclusions for certain systems like plumbing and fire protection. Key sections address design parameters, material compatibility, allowable stresses, joint types (threaded, flanged, flared), valve and regulator specifications, and requirements for pressure relief devices and gauges. Fabrication, erection, inspection, and testing protocols are also detailed, emphasizing safety, compliance, and proper documentation for all pressure piping work at AEDC.
Atch 2 - Prototype Proposal Evaluation Methodology.xlsx
Excel56 KBOct 30, 2025
AI Summary
This government file outlines the mandatory statutory evaluation criteria for federal contracts, grants, and RFPs, focusing on vendor assessment. It details criteria for identifying Non-Traditional Defense Contractors (NDC) and non-profit research institutions, along with defining 'significant extent' for vendor involvement. The evaluation process includes scoring factors for Vendor Risk Mitigation, which comprises Past/Present Performance (75% weight) and Supplier Performance Risk System (SPRS) Supplier Risk Score (25% weight). Additionally, the document covers Business Process evaluation, assessing Prototype Subcontracting & Prime In-House Execution Plan, Follow-on Production Subcontracting & Prime In-House Execution Plan, Technical Approach, Data Rights to Conceptual Design Proof of Concept, and Prototype Schedule. The scoring matrices provide detailed descriptions for exceptional to unacceptable approaches across these subfactors. The document also includes calculations for Factor 1 and Factor 2 total scores, a price-related-to-value calculation, and a prototype award payable milestones schedule for the “Return Basin Modernization” project.
Atch 3 - Prototype and Follow-on Production Articles.pdf
PDF467 KBOct 30, 2025
AI Summary
This document, titled "Microsoft Information Protection," informs the reader that it is encrypted using Microsoft Information Protection. It states that access is restricted to authorized users or those with a compatible PDF viewer that supports Azure Rights Management. The document advises contacting the owner for permissions if access is denied and provides information on learning more about PDF documents protected by Microsoft Information Protection. It also includes a statement about Microsoft's privacy policy, with a link to their privacy statement.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedSep 19, 2025
amendedLatest Amendment· Description UpdatedOct 30, 2025
deadlineResponse DeadlineNov 12, 2025
expiryArchive DateNov 27, 2025

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE AIR FORCE
Office
FA9101 AEDC PKP PROCRMNT BR

Point of Contact

Name
Haley Smith

Place of Performance

Milligan, Tennessee, UNITED STATES

Official Sources