Vertical Wind Tunnel
ID: FA940125Q0010Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA9401 377 MSG PKKIRTLAND AFB, NM, 87117-0001, USA

NAICS

All Other Miscellaneous Schools and Instruction (611699)

PSC

EDUCATION/TRAINING- OTHER (U099)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a Vertical Wind Tunnel (VWT) training facility to support the 351st Special Warfare Training Squadron in Albuquerque, New Mexico. The procurement aims to establish a secure, climate-controlled VWT that can accommodate multiple students for military freefall operations and emergency procedures training, alongside providing necessary training equipment and certified instructors. This initiative is crucial for enhancing the operational proficiency of military parachutists through structured training in a controlled environment, emphasizing safety, quality assurance, and adaptability in scheduling. Interested businesses are invited to submit their capabilities by May 2, 2025, at 4:00 PM Mountain Daylight Time, with responses directed to Contracting Officer Monique McLaughlin and Contract Specialist Elizabeth Ongstad via their respective emails.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for providing a Vertical Wind Tunnel (VWT) training facility for the 351 Special Warfare Training Squadron. The facility is essential for parachutists to practice military freefall operations and emergency procedures safely and effectively. Key objectives include establishing a secure, climate-controlled VWT capable of accommodating multiple students, providing necessary training equipment, and ensuring high-quality instruction by certified instructors. The contractor is responsible for maintaining a clean facility, offering classroom space, and providing video recording capabilities for training assessments. Safety and security protocols are emphasized, ensuring compliance with regulations and the safeguarding of government data. The contractor must also implement a Quality Control Plan and accept inspections by the government to ensure service satisfaction. Overall, this PWS aims to enhance the operational proficiency of military parachutists through structured training in a controlled environment, highlighting the importance of safety, quality assurance, and adaptability in scheduling.
    The document outlines the specifications and requirements for a federal contract to lease a bucket truck for 12 months, with four optional extensions. It details vehicle requirements including a robust operator compartment, a Class 8 chassis, and a hydraulic aerial platform capable of reaching up to 104.8 feet. Essential safety features such as warning lights, back-up alarms, and slip-resistant steps are mandated. The contractor is responsible for delivering the vehicle within 30 days of award and maintaining it according to manufacturer specifications, ensuring it remains operational. Should repairs extend beyond seven days, a replacement vehicle must be provided at no cost to the government. The vehicle must comply with EPA emissions regulations and be American-made with standard manufacturer finishes. Notably, the contract also addresses aspects of liability, insurance, and vehicle return procedures, ensuring that the government is safeguarded against damages beyond normal wear and tear. This document reflects compliance with federal procurement standards for leasing vehicles, emphasizing safety, maintenance, and accountability in government contracts.
    This government file outlines specifications for an aerial platform vehicle intended for procurement through federal and local RFPs. The vehicle must have a diesel engine with a minimum of 330 horsepower, equipped with a heavy-duty 5-speed automatic transmission and on-demand all-wheel drive. The hydraulically operated aerial platform should allow operation both from the worker’s position and ground level, with a maximum working height of 104.8 feet and a minimum horizontal reach of 52.3 feet. Safety features include two fall protection harnesses, a platform capacity of at least 350 lbs, and various safety devices such as amber warning lights, a back-up alarm, and slip-resistant steps. It is also required to have all-terrain radial tires and supporting accessories for stability. The document serves to provide precise requirements for entities responding to RFPs, ensuring safety, functionality, and compliance with regulatory standards in its operation and design.
    The Department of the Air Force has issued a Request for Quotation (RFQ) for the lease of a 6x6 100-foot High Reach Bucket Truck at Kirtland AFB, New Mexico. This contract spans a base period of 12 months commencing June 18, 2025, with options for four additional 12-month periods. Interested offerors must submit quotes by April 28, 2025, and are encouraged to ask any questions by April 10, 2025. The RFQ specifies that all submissions must be valid for 60 days and outlines evaluation criteria focusing on technical acceptability and price fairness. Key factors for bid evaluation include the quality of the truck, compliance with specifications, and total cost for both the base and option periods. The document incorporates various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement clauses relevant to this acquisition. Offerors must certify their representations regarding telecommunications services and equipment as part of their submission. This solicitation reflects the Air Force's commitment to acquiring essential leasing services under federal guidelines.
    The 377 Mission Support Group at Kirtland Air Force Base, New Mexico, plans to award a sole source purchase order to Evergreen Fire Alarms, LLC for the installation of new fire alarm systems. This upgrade is required to comply with Intelligence Community Directive (ICD)-705 standards and is part of a broader initiative to enhance security systems across the Air Force, ensuring alignment with Defense Intelligence Agency technical construction accreditation. Evergreen Fire Alarms is the only authorized installer for these upgrades. The purchase will follow Simplified Acquisition Procedures under FAR 13.106-1(b), with an anticipated award date of February 13, 2025. Interested parties may submit written inquiries to demonstrate their capability, though the government's determination not to proceed competitively rests solely with them. A justification letter supporting the sole source award will be made public. The notice will close on February 3, 2025, at 14:00 PM Mountain Daylight Time, with contact details for inquiries provided in the announcement.
    Lifecycle
    Title
    Type
    Vertical Wind Tunnel
    Currently viewing
    Sources Sought
    Combined Synopsis/Solicitation
    Similar Opportunities
    F35 Seek Eagle ZTP
    Dept Of Defense
    The Department of Defense, specifically the Air Force, is seeking responses for the development of a government-owned, state-of-the-art F-35A/B/C wind tunnel model, along with compatible facilities at the Arnold Engineering Development Center (AEDC) in Arnold AFB, Tennessee. This initiative is being led by the Air Force SEEK EAGLE Office (AFSEO) located at Eglin Air Force Base in Florida, and aims to enhance the testing capabilities for the F-35 aircraft. Interested parties are required to document their responses on the attached QA Response excel sheet, and inquiries can be directed to Melissa Hoover at melissa.hoover.1@us.af.mil or by phone at 850-882-0273.
    MAFT (IFT-R)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide initial and seasoning training for rotary wing aircrew, specifically for Bell 206 pilots. The procurement aims to fulfill the training requirements outlined in the Statement of Work (SOW) dated January 27, 2023, ensuring that Air Force pilots receive the necessary education and technical skills for effective operation of the Bell 206 aircraft. This training is crucial for maintaining operational readiness and enhancing the capabilities of Air Force pilots. Interested parties can contact Kodi Davis at kodi.davis@us.af.mil or by phone at 210-625-6904 for further details regarding this opportunity.
    Request for Information (RFI): Foreign Military Sales – F-16 Fighter Aircraft Training Capability Assessment
    Dept Of Defense
    The Department of Defense, through the Air Education and Training Command (AETC), is seeking information from industry partners regarding capabilities to support the establishment and operation of an F-16 Flying Training Unit (FTU) for foreign military sales. The objective is to provide comprehensive training for partner nation air forces, including basic qualifications, flight lead upgrades, and instructor certifications, while ensuring operational readiness through infrastructure, facilities, equipment, maintenance, and logistical support. This initiative is critical for maintaining air superiority and enhancing global security through effective training programs tailored to the unique needs of international partners. Interested parties must submit their capability statements by February 28, 2026, and direct any inquiries to Nyderah Williams at nyderah.williams@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    Centrifuge and Research Altitude Chambers
    Dept Of Defense
    The Department of Defense, specifically the Air Force Research Laboratories (AFRL), is seeking qualified contractors to provide research, development, test, and evaluation (RDT&E) support for the operation of centrifuges and research altitude chambers at Wright-Patterson Air Force Base in Ohio. The procurement aims to ensure safe and efficient operation of these facilities, which are critical for advancing aerospace physiology, by providing technical, scientific, and applied research support, as well as maintaining equipment and facilitating innovative research. Interested entities must demonstrate their capabilities, qualifications, and past experience, including the ability to meet personnel requirements for various roles, with responses due within 30 days. For further inquiries, interested parties can contact Jessica Briggs at jessica.briggs@us.af.mil or Natasha Randall at natasha.randall@us.af.mil.
    SENTINEL AIR EDUCATION TRAINING COMMAND FORMAL TRAINING UNIT (AETC FTU)
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the construction of the Sentinel Air Education Training Command Formal Training Unit (AETC FTU) at Vandenberg Space Force Base in California. This project involves the construction of a 16,489 square meter (177,490 square feet) training facility designed to support Sentinel training for maintenance and operations, integrating student instruction and lab curriculum to enhance collaboration and reduce transit times between venues. The estimated contract value ranges from $100 million to $250 million, with a project duration of 1,000 calendar days, and it is issued as an unrestricted full and open competition. Interested parties can contact Raj Cooper at raj.cooper@usace.army.mil or by phone at 213-452-3168 for further details.
    ONE PHASE DESIGN BID BUILD FY27 HIGH SPEED TEST TRACK, HOLLOMAN AIR FORCE BASE, OTERO COUNTY, NEW MEXICO
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking responses for the design and construction of a high-speed test track at Holloman Air Force Base in Otero County, New Mexico, under the contract number W912PP27RA001. This opportunity is a sources sought notice aimed at identifying qualified contractors capable of executing a one-phase design-bid-build project for the fiscal year 2027. The high-speed test track is critical for testing and evaluating various military vehicles and systems, enhancing operational readiness and capabilities. Interested parties are encouraged to review the attached PDF for submission instructions and to contact Diana Keeran at DIANA.M.KEERAN@USACE.ARMY.MIL or by phone at 505-342-3263 for further inquiries.
    L-39ZA & L-29 TMP Support
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Pilot School, is seeking to award a sole source contract for L-39ZA and L-29 TMP support to The University of Iowa. The contract will involve providing qualified flight instructors and ground support for Test Management Projects (TMPs), utilizing uniquely configured aircraft that are essential for the execution of these projects. The performance period is set for one year, from 2026 to 2027, with a focus on flight instruction, aircraft availability, and compliance with federal regulations. Interested contractors must submit a technical package by December 17, 2025, to Carlos A. Barrera at Edwards Air Force Base, with an anticipated award date of December 30, 2025.
    RFI: Foreign Military Sales – Space Systems Training Capability Assessment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Request for Information (RFI) to assess capabilities related to training for aircrew, maintenance, and support services in space systems under the Foreign Military Sales (FMS) program. The objective is to identify potential sources that can provide commercially available training courses tailored to the unique needs of international partners, enhancing their ability to utilize space systems effectively. This initiative is crucial for maintaining air superiority and executing diverse missions, as the U.S. Government and its allies increasingly rely on space capabilities. Interested vendors are encouraged to submit their capability statements and pricing information by January 27, 2026, and may direct inquiries to Joseph Crespo at joseph.crespo@us.af.mil or Joseph Wilkerson at joseph.wilkerson.10@us.af.mil.
    PM UAS - Short/Vertical Takeoff and Landing (S/VTOL)
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking industry participation in the Group 4+ UAS | Short/Vertical Takeoff and Landing (S/VTOL) Challenge to address the obsolescence of legacy platforms in Multi-Domain Operations. The initiative aims to establish a collaborative engagement with industry partners to communicate the Army's desired characteristics for S/VTOL platforms while gathering feedback on their viability and the integration of Government Furnished Equipment (GFE) components. This challenge is crucial for defining future priorities for S/VTOL unmanned aircraft and exploring potential modular component ecosystems, thereby fostering innovation in defense capabilities. Interested vendors are invited to submit white papers by January 8, 2026, detailing their S/VTOL solutions, and must demonstrate possession of Cybersecurity Maturity Model Certification (CMMC) Level 2 to obtain specific desired characteristics. For further inquiries, vendors can contact Mark Martinez at mark.martinez2.civ@army.mil or Jordan Myers at jordan.m.myers7.civ@army.mil.
    Spatial Disorientation CLS
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking Contractor Logistics Support (CLS) for the Spatial Disorientation (SD) training systems utilized in pilot training across multiple Air Force bases. The procurement aims to sustain and enhance the functionality of five existing Gyro Integrated Physiological Trainer (IPT) devices, which are critical for training pilots to recognize and manage spatial disorientation during flight. This training is essential for ensuring pilot safety and operational effectiveness, as it exposes them to typical vestibular and visual illusions encountered in aviation. Interested parties should note that responses to the Request for Information (RFI) are due by January 16, 2026, with the anticipated contract starting in January 2027, structured as a Firm Fixed Price for a base year and five option years. For further inquiries, contact Pamela K. Randall at pamela.randall.1@us.af.mil or John Bowers at john.bowers.7@us.af.mil.