FUTURE Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract
ID: FA820726RX00X4Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8207 AFNWC PZBCHILL AFB, UT, 84056-5837, USA

NAICS

Engineering Services (541330)

PSC

SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL (R425)
Timeline
    Description

    The Department of Defense, specifically the Air Force Nuclear Weapon Center, is seeking feedback through a Sources Sought Synopsis for the Future Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract. This opportunity involves providing engineering services and technical support for the operations and maintenance of the LMTF, which plays a crucial role in supporting the U.S. Air Force's Intercontinental Ballistic Missile (ICBM) mission by ensuring the reliability and nuclear hardness of weapon systems throughout their lifecycle. Interested parties are encouraged to review the attached Draft Performance Work Statement (PWS) and Cost and Software Data Reporting Plan (CSDR) and submit their responses by February 22, 2025, at noon MST, to the primary contact, Ammon Wheatley, at ammon.wheatley@us.af.mil or by phone at 801-777-1280.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance-Based Work Statement (PWS) for the Little Mountain Test Facility (LMTF) outlines requirements for operations and maintenance, engineering, and technical support related to nuclear weapon systems testing, primarily for Intercontinental Ballistic Missiles (ICBMs). The contractor will focus on implementing engineering and testing services, managing equipment and personnel, and adhering to safety and security protocols. The contract encompasses a 10-year period with options, requiring adherence to strict performance standards and quality assurance measures. Critical responsibilities include the operation of test hardware, the maintenance of facilities and equipment, and compliance with environmental and safety regulations. The contractor must ensure a skilled workforce and engage in effective communication with the Air Force Nuclear Weapon Center (AFNWC). Performance will be measured through specific metrics, including equipment availability, adherence to schedules, and the successful execution of test plans. The PWS emphasizes the necessity of maintaining high safety standards and managing government-furnished property effectively. This document serves as a comprehensive guide for contractors in fulfilling their obligations, showcasing the government's commitment to maintaining robust nuclear testing capabilities while ensuring safety and environmental compliance.
    The document outlines the Cost and Software Data Reporting Plan (CSDR) for the Little Mountain Test Facility (LMTF) Operations and Maintenance with a focus on the Strategic Missile System. It specifies reporting requirements such as Forecast at Completion (FAC) and differentiates between recurring and non-recurring costs according to established definitions. Significant accounting changes must be noted in the remarks section of reports. It describes the importance of submitting reports related to Delivery Orders and reminds reporting entities of their responsibility to provide accurate financial data even if the CSDR plan hasn't been updated. The document details the procedures for submitting a Final Cost Report post-delivery and acceptance of end items, emphasizing the importance of transparency in cost reporting and compliance with Cost Accounting Standards (CAS). The established reporting cycle necessitates regular updates and milestone checks across various categories and activities related to the project, including testing, program management, and systems engineering. In summary, the CSDR serves as a framework for the standardized reporting of costs and technical data, ensuring comprehensive oversight of financial and operational aspects related to the development and maintenance of the Strategic Missile System. This approach aligns with federal requirements for RFPs and grants by promoting accountability and accurate financial representation throughout the lifecycle of the program.
    Similar Opportunities
    Air Force B61 Gravity Weapon Tailkit Assembly Telemetry Unit Request for Information
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking information from qualified vendors regarding the Air Force B61 Gravity Weapon Tailkit Assembly Telemetry Unit. This Sources Sought notice aims to gather insights on the capabilities and potential solutions available for the telemetry unit, which is critical for the performance and reliability of the B61 gravity weapon system. The procurement is set to take place at Holloman Air Force Base in New Mexico, emphasizing the importance of this technology in supporting national defense initiatives. Interested parties are encouraged to reach out to Byron Muhlenberg at byron.muhlenberg.2@us.af.mil or Alexandria Zelle at alexandria.zelle@us.af.mil for further details and to express their interest in this opportunity.
    Dugway Proving Ground (DPG) West Desert Test Center (WDTC) Mission Support Services (MSS)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Test and Evaluation Command, is seeking proposals for Mission Support Services (MSS) at the Dugway Proving Ground (DPG) West Desert Test Center (WDTC) in Utah. The contractor will be responsible for providing essential support services, including field, chamber, and laboratory testing related to chemical and biological agents, as well as maintaining various test facilities and systems. This contract is critical for ensuring the operational readiness and safety of military testing environments, with a focus on a range of testing activities from chemical energetic assessments to unmanned systems operations. The anticipated Request for Proposal (RFP) is expected to be issued around March 7, 2025, and the contract will be a Total Small Business Set-Aside, with a performance period including a 60-day phase-in and a base ordering period of four years and ten months, plus a two-year option. Interested parties can contact Ingrid Smith at ingrid.v.smith.civ@army.mil or Eukia Bryant at eukia.d.bryant.civ@army.mil for further information.
    FY22 MISSILE ASSEMBLY SUPPORT BUILDING TACTICAL EQUIPMENT MAINTENACE FACILITY (TEMF), WHITE SANDS MISSILE RANGE (WSMR), DONA ANA COUNTY, NEW MEXICO
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of the Missile Assembly Support Building Tactical Equipment Maintenance Facility (TEMF) at White Sands Missile Range in Dona Ana County, New Mexico. This project, classified under NAICS code 236220, involves a Design Bid Build approach with an estimated construction cost ranging from $25 million to $100 million, utilizing a Lowest Price Technically Acceptable (LPTA) acquisition method. The facility is crucial for enhancing missile assembly operations and ensuring compliance with federal contracting standards, including labor wage determinations and quality control measures. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to primary contact Diana Keeran at diana.m.keeran@usace.army.mil or secondary contact Erica Talley at erica.m.talley@usace.army.mil.
    Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC), F.E. Warren AFB, Wyoming
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for the Ground Based Strategic Deterrent (GBSD) Integrated Training Center (ITC) project at F.E. Warren Air Force Base in Wyoming. This procurement involves the construction of a facility that will support the training and operational readiness of the GBSD program, which is critical for national defense and strategic deterrence capabilities. The project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is categorized under the PSC code Y1JZ for construction of miscellaneous buildings. Interested parties can reach out to Brandon Landis at brandon.p.landis@usace.army.mil or call 402-995-2056 for further details regarding this sources sought notice.
    MFT 25-37 Forcetec Toolset
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is soliciting quotes for the acquisition of the ForceTec Toolset, which is essential for the maintenance of C-5, C-17, and KC-46 aircraft. The procurement aims to address the inadequacy of current operational tools, particularly for off-site maintenance, by providing specialized tooling necessary for the installation of ForceTec nut plates as outlined in various Technical Orders. This acquisition is critical for ensuring aircraft readiness and compliance with operational requirements, emphasizing the importance of tailored maintenance tools. Interested vendors must submit their quotations by March 21, 2025, at 12:00 PST, and should contact 2d Lt Eamon McHugh or Vitaliy Kim for further inquiries.
    TLD America Technical Data & Provisioning
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential sources to provide technical data and spares provisioning for flightline environmental units from TLD America, Inc. This initiative involves a Contractor Capability Survey aimed at identifying contractors capable of producing detailed Air Force Commercial Technical Manual documentation that meets U.S. Air Force standards, exceeding publicly available user manuals. Interested contractors, including small businesses, are encouraged to submit their qualifications, relevant experiences, and any teaming arrangements by March 20, 2025, to demonstrate their capabilities. For inquiries, interested parties may contact Robert Jackson at robert.jackson.62@us.af.mil or Kimberly Petty at kimberly.petty.2@us.af.mil.
    Static Display Relocation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for the relocation, refurbishment, and reinstallation of the Air Force Minute Man II Missile and the Navy Trident II Missile at Offutt Air Force Base in Nebraska. The project involves moving these historic missiles from their current location at B500 West Plaza to a newly constructed platform at B1000 West Plaza, ensuring compliance with safety and environmental regulations throughout the process. This initiative is crucial for preserving the historical integrity of these strategic deterrence artifacts while maintaining their visual appeal for public display. Interested parties must submit a letter of interest, capabilities statement, and responses to specific questions by March 21, 2025, and can contact Casey Hupton at casey.hupton.1@us.af.mil or 402-232-1475 for further information.
    QF-16 Sustainment Engineering and Logistics Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking potential contractors to provide QF-16 Sustainment Engineering and Logistics Services. This opportunity involves sustaining engineering and logistics support for approximately 90 QF-16 aircraft over the next decade, focusing on managing Drone Peculiar Equipment (DPE) repairs, obsolescence management, engineering support, and contractor logistics support. The services are critical for maintaining operational readiness and addressing technical challenges in the absence of existing technical data. Interested parties must submit their responses by March 18, 2025, adhering to a specified format and avoiding proprietary or classified information. For further inquiries, contact Benjamin Price at benjamin.price.12@us.af.mil or 385-252-7877, or Yvonda Benson at yvonda.benson@us.af.mil.
    F-35 Maintenance Facility, Phase 1
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for the construction of the F-35 Maintenance Facility, Phase 1, at Hill Air Force Base in Utah. This procurement aims to establish a facility dedicated to the maintenance of F-35 aircraft, which is critical for ensuring operational readiness and support for the U.S. Air Force's advanced fighter capabilities. The project falls under the NAICS code 236210 for Industrial Building Construction and the PSC code Y1EB for Construction of Maintenance Buildings. Interested parties can reach out to Natalia Gomez at natalia.gomez@usace.army.mil or by phone at 916-557-6868, or Michelle Spence at michelle.a.spence@usace.army.mil or 916-577-7900 for further information.
    Navy Nuclear Facilities Acquisition and Engineering Support Services
    Buyer not available
    The Department of Defense, specifically the Department of the Navy's Strategic Systems Programs, is seeking sources for the Navy Nuclear Facilities Acquisition and Engineering Support Services. This procurement aims to provide comprehensive facility engineering support for the SLCM-N weapon system, including responsibilities such as facility management, technical support, industrial engineering, and advanced planning at various locations including SWFLANT and SWFPAC. The selected contractor will play a crucial role in ensuring military readiness and nuclear weapons safety by conducting trade studies, maintaining project documentation, and providing subject matter expertise on warhead production and safety. Interested parties should contact Brian Kimm at Brian.Kimm@ssp.navy.mil for further details regarding this opportunity.