The Department of the Air Force (Hill Air Force Base, Utah) is issuing a Request For Quotation (RFQ) for the re-hosting of four Gas Turbine Engine (GTE) test cells. This acquisition, FA8228-25-Q-0011, seeks new data acquisition systems, replacement of obsolete hardware, added system capabilities, and updated computers, including HMI, data storage, and handling systems. The contractor will be responsible for installation, removal of existing equipment, programming, documentation, and creation of operation and maintenance manuals. The NAICS code is 541512 with a small business size standard of $34,000,000.00. Deliveries and performance will occur at Hill AFB between November 5, 2025, and November 5, 2026. Offers are due by 2330 MT on October 29, 2025, via email, and offerors must provide a Cage code and be registered in SAM. The solicitation incorporates various FAR and DFARS clauses, including those related to small business programs, business ethics, and prohibitions on certain foreign technology. An ombudsman is available for concerns that cannot be resolved with the contracting officer.
The Department of the Air Force (DAF) is soliciting bids for the "GTE Test Cell Rehost" project at Hill Air Force Base, Utah. This combined synopsis/solicitation, FA8228-25-Q-0011, is a Request For Quotation (RFQ) for commercial items. The project entails re-hosting four GTE test cells with new data acquisition systems, replacing obsolete hardware, adding system capabilities, and updating computers. Services include installation, equipment removal, programming, system change documentation, and creation of operation and maintenance manuals. The acquisition is a Sole Source under NAICS Code 541512 with a $34,000,000.00 small business size standard. Offers are due by 2330 MT on October 29, 2025, via email to merrick.flygare@us.af.mil and nathanial.littlewood@us.af.mil. Offerors must provide their CAGE code and be registered in SAM. The delivery and performance period is from November 5, 2025, to November 5, 2026, at Hill AFB. Numerous FAR and DFARS clauses are incorporated by reference, including those related to business ethics, small business programs, equal opportunity, combating trafficking in persons, and Buy American provisions. An ombudsman is available for concerns that cannot be resolved by the contracting officer.
The provided government file, likely an attachment or cover page for an RFP or grant application, is an advisory to users regarding the optimal viewing experience for a PDF portfolio. It recommends opening the document in Adobe Acrobat X or Adobe Reader X, or later versions, and provides a prompt to
This government solicitation (FA822825Q0011) outlines a requirement for re-hosting four Gas Turbine Engine (GTE) test cells with new data acquisition systems, replacement of obsolete hardware, added system capabilities, and updated computers. The contract, valued at USD 34,000,000.00, specifies firm-fixed-price line items for kickoff, materials, and four test cells, with a performance period from November 5, 2025, to November 5, 2026. Key requirements include installation, removal of existing equipment, programming, system documentation, and operation/maintenance manuals. The solicitation incorporates various FAR and DFARS clauses, including those for electronic payment via Wide Area WorkFlow (WAWF) and regulations related to small business concerns, including Women-Owned Small Business (WOSB) set-asides. An ombudsman is appointed to facilitate resolution of concerns. This is a Request for Proposal (RFP) issued by FA8228 AFMC OL H PZIM PZIMC, with an offer due date of October 29, 2025, at 11:30 PM.
The Statement of Work (SOW) outlines the rehosting and upgrade of Gas Turbine Engine (GTE) test cells at Hill AFB, UT, with new data acquisition systems, hardware, and software. The project includes upgrading the data acquisition system to the latest versions, implementing corrections and additions for improved functionality, and managing the program with monthly reports and design reviews. The contractor is responsible for removing existing equipment, installing new systems, and providing training. Key requirements also include adherence to Information Assurance (IA) standards, comprehensive documentation, and a two-year warranty for software functionality and troubleshooting. The SOW emphasizes using commercially available components for long-term sustainment and outlines specific safety and data rights provisions.