FUTURE Little Mountain Test Facility (LMTF) Testing, Operation, and Maintenance Contract
ID: FA820726RX00X4Type: Special Notice
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
  1. 1
    Posted Apr 3, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 3, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

The Department of Defense, specifically the Department of the Air Force, is seeking a sole source contractor for the operations and maintenance of the Little Mountain Test Facility (LMTF) located in West Point, Utah. The procurement aims to fulfill the LMTF's operational requirements, pending the approval of a FAR Part 6 Justification and Approval to utilize other than full and open competition. This facility plays a crucial role in supporting various defense operations, emphasizing the importance of maintaining its functionality and efficiency. Interested parties can reach out to Ammon Wheatley at ammon.wheatley@us.af.mil or Matthew Anderson at matthew.anderson.55@us.af.mil for further inquiries regarding this opportunity.

Point(s) of Contact
Files
Title
Posted
Jan 22, 2025, 11:09 PM UTC
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.
Jan 22, 2025, 11:09 PM UTC
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.
Lifecycle
Similar Opportunities
Vertical Lift Module (VLM) at HILL AFB, UT
Buyer not available
The Department of Defense is seeking proposals for the acquisition of a Vertical Lift Module (VLM) for the 581st Missile Maintenance Squadron at Hill Air Force Base, Utah. The procurement aims to provide a reliable and efficient VLM that meets stringent operational, safety, and environmental standards, including a minimum service life of 20 years and compliance with OSHA regulations. This VLM is critical for enhancing the operational capabilities of the military, ensuring safe storage and handling of materials while adhering to specific design and performance criteria. Proposals are due by 1500 MST on April 28, 2025, with inquiries directed to Tanner Nielsen and Bryan Kingsford via email. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) evaluation method, and interested vendors must be registered in the System for Award Management (SAM).
Ametek PATS Auxiliary Unit
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking quotations for the acquisition of a PATS-70A Auxiliary Unit from Ametek, to be delivered to the 309th Software Engineering Group at Hill Air Force Base, Utah. This procurement is classified as a sole-source requirement, necessitating the delivery of the unit within 22 weeks after receipt of order (ARO) and adhering to federal acquisition regulations. The contract will be awarded based on the Lowest Price Technically Acceptable (LPTA) criteria, emphasizing both price and technical capability. Interested vendors must submit their offers electronically by April 30, 2025, and direct any inquiries to the contracting officer, Audrey Lee, at audrey.lee.3@us.af.mil or Christa Phillips at christa.phillips.1@us.af.mil.
REPAIR OF ICT-1500/2500 DETECTION, CONTROL AND MOTION SYSTEMS - Hill Air Force Base, Utah
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and modernization of ICT-1500/2500 Detection, Control, and Motion Systems at Hill Air Force Base, Utah. This procurement aims to extend the operational life of these critical systems by replacing outdated components, including detectors, motors, controls, and associated software, while ensuring compliance with stringent performance and safety standards. The project is vital for maintaining the functionality of advanced Computed Tomography systems integral to the Minuteman III ICBM program. Interested small businesses must submit their proposals by April 29, 2025, and can direct inquiries to Randall Egbert at randall.egbert@us.af.mil or Tanner Nielsen at tanner.nielsen@us.af.mil.
MISSILE MISHAP RESPONSE TEAM (MMRT) MOBILE AIR TRAILER
Buyer not available
The Department of Defense, specifically the Air Force Materiel Command, is seeking proposals from small businesses for the procurement of a Mobile Air Trailer designed for the Missile Mishap Response Team (MMRT) at Hill Air Force Base, Utah. The primary requirement is for a custom enclosed trailer equipped with a cascade air system to supply and refill Self-Contained Breathing Apparatus (SCBA) during emergency situations. This procurement is critical for enhancing emergency readiness and operational efficiency, ensuring that the MMRT can effectively respond to incidents involving missile mishaps. Interested vendors must submit their proposals by May 12, 2025, with all inquiries due by April 25, 2025. Proposals should be directed to Contract Specialist Rachel Wright at rachel.wright.9@us.af.mil and Contract Officer Melissa Huston at melissa.huston.2@us.af.mil.
MXSG B507 Monorail Paint Line Upgrade
Buyer not available
The Department of Defense, through the Air Force, is soliciting proposals for the upgrade of the B507 Monorail Paint Line at Hill Air Force Base in Utah. This project aims to enhance operational capabilities by replacing outdated equipment, including the conductor bar system, and implementing a maintenance spur and wireless communication upgrades. The successful contractor will be responsible for providing design packages, procuring materials, and delivering operational and maintenance manuals, with a focus on ensuring compliance with safety and quality standards. Proposals are due by 1500 MST on May 13, 2025, and interested parties should direct inquiries to Tanner Nielsen or Bryan Kingsford via email.
KenCast GBS FAZZT Renewal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the renewal of the KenCast FAZZT Digital Delivery System through a combined synopsis/solicitation (Solicitation Number: FA8222-25-Q-FAZT). The procurement involves various types of FAZZT Enterprise Servers and related software, which are essential for the operational needs of the 309th Software Engineering Group (SWEG) at Hill Air Force Base in Utah. This acquisition is categorized as a sole source purchase, emphasizing the importance of maintaining continuity in software services while adhering to federal contracting regulations. Interested parties must submit their offers by November 18, 2024, and direct any inquiries to Audrey Lee at audrey.lee.3@us.af.mil.
Fire Training Facility Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide maintenance and inspection services for the Aircraft Fire Training Facility (AFTF) and the Structural Fire Training Facility (SFTF) at Hurlburt Field, Florida. The contractor will be responsible for ensuring the operational effectiveness and safety of these facilities by conducting inspections, performing repairs, and adhering to all relevant safety and compliance standards, including Air Force guidelines and federal regulations. This procurement is critical for maintaining the safety and readiness of training operations for firefighters, with an estimated contract value of $12.5 million and a total small business set-aside. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Peyton Cole at peyton.cole@us.af.mil or Rowan Thom at rowan.thom.1@us.af.mil.
SATOC for Title I and Title II Architect-Engineer Services for the Renovation of Hangar 225 at Hill Air Force Base, UT
Buyer not available
The Department of Defense, specifically the Air Force, is seeking a qualified small business architect-engineer firm to provide Title I and Title II services for the renovation of Aircraft Hangar 225 at Hill Air Force Base, Utah. This procurement aims to support Facility Sustainment, Restoration, and Modernization (FSRM) efforts, with a total contract ceiling of $35 million and a minimum task order limit of $2,500. The selected firm will be responsible for delivering specialized engineering services, with evaluations based on criteria such as past performance, qualifications, and relevant experience in hangar renovations. Interested firms must submit their SF330 documents by May 19, 2025, and can direct inquiries to Laura Koog at laura.koog@us.af.mil or Brindle Summers at brindle.summers@us.af.mil, with a non-mandatory site visit scheduled for April 23, 2025.
West Desert Test Center (WDTC) Mission Support Services (MSS) Follow On Solicitation W51EW725RA001 Amendment 0003
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the West Desert Test Center (WDTC) Mission Support Services (MSS) under solicitation number W51EW725RA001. The procurement aims to secure non-personal services, including qualified personnel and necessary equipment, to support developmental and operational testing of Chemical and Biological defense systems at Dugway Proving Ground, Utah. This contract is critical for ensuring compliance with safety and quality standards while enhancing the operational capabilities of the WDTC. Interested small businesses must submit their proposals by 5:00 PM EDT on April 29, 2025, and can direct inquiries to Eukia Bryant at eukia.d.bryant.civ@army.mil or Ingrid Smith at ingrid.v.smith.civ@army.mil.
Operator Console
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide an Operator Console for the 309th Software Engineering Group at Hill Air Force Base, Utah. This procurement is a sole-source requirement, emphasizing the need for customized console systems that integrate seamlessly with existing setups, as outlined in the Single Source Justification document. The selected contractor will be responsible for delivering the specified equipment within 60 days after receipt of order, with offers due electronically by May 5, 2025. Interested parties should contact Audrey Lee at audrey.lee.3@us.af.mil or Jesse Ball at jesse.ball.1@us.af.mil for further details and must be registered with the System for Award Management (SAM) to participate in the bidding process.