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 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
    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
    HMIT Test Stand Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors to provide maintenance and repair services for two Helmet Mounted Integrated Targeting System (HMIT) Test Stands for the 523rd Electronics Maintenance Squadron (EMXS) at Hill Air Force Base in Utah. The contractor will be responsible for delivering all necessary management, tools, parts, supplies, equipment, and labor to ensure the operational readiness of the HMIT Test Stands, which are critical for testing and maintaining advanced targeting systems. Key services include technical assistance, coordination on replacement parts, on-site repairs, and software support, with strict adherence to performance thresholds and compliance with Air Force Instructions and OSHA standards. Interested parties can contact Costadena Bournakis at costadena.bournakis@us.af.mil or 801-586-8593, or Merrick Flygare at merrick.flygare@us.af.mil or 801-775-2223 for further details.
    Hill AFB F-35 Aircraft Repair Augmentation Effort
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking contractors for the F-35 Aircraft Repair Augmentation Effort at Hill Air Force Base in Utah. This procurement involves maintenance, repair, and rebuilding of aircraft components and accessories, as outlined in the attached Redacted Justification and Approval document for Contract FA822423C0003. The services are critical for ensuring the operational readiness and longevity of the F-35 aircraft fleet. Interested parties can reach out to Jason Neering at jason.neering@us.af.mil or by phone at 801-837-6938, or contact Hannah Rearick at hannah.rearick@us.af.mil or 801-586-3335 for further details.
    14459 - Anchor Points Follow-On
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal services for anchor points and fall protection at Hill Air Force Base in Utah. The procurement involves comprehensive inspections and recertifications of anchor points, rails, trolleys, and associated hardware, along with minor repairs during recertification, as outlined in the Performance Work Statement. These services are critical for ensuring safety and compliance with regulations at the U.S. Air Force's Ogden Air Logistics Complex and Utah Training & Test Range. Interested small businesses must contact Hugo Ruano Gutierrez or Lelauni Jenkins for further details, with proposals due in accordance with the solicitation timeline.
    L-39ZA & L-29 TMP Support
    Dept Of Defense
    The Department of Defense is soliciting a sole source contract for L-39ZA and L-29 TMP Support, specifically targeting the Air Force Test Pilot School at Edwards Air Force Base, California. The procurement involves providing qualified flight instructors, engineering personnel, and aircraft support for executing Test Management Projects (TMPs) using uniquely configured jet trainers from The University of Iowa. This contract is crucial for maintaining flight instruction and regulatory compliance, with an anticipated award date of December 30, 2025, and a response deadline of 1:00 p.m. Pacific Daylight Time on December 17, 2025. Interested contractors must submit a technical package demonstrating their capability and must be registered in the System for Award Management (SAM) at www.sam.gov, with inquiries directed to Carlos A. Barrera at carlos.barrera.8@us.af.mil or by phone at 661-275-2442.
    Sole Source Labtrac
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure a Sole Source Labtrac software solution, which falls under the category of IT and Telecom - Business Application Software. This procurement aims to acquire a perpetual license for the Labtrac software, which is essential for managing laboratory operations and data effectively. The software is critical for ensuring streamlined processes and accurate data management within military laboratory environments. Interested vendors can reach out to John Sinclair at john.sinclair.1@spaceforce.mil or by phone at 719-556-8004 for further details regarding this opportunity.
    Facility Maintenance Contract IDIQ Sources Sought
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking industry capabilities for a Facility Maintenance Contract (FMC) Indefinite Delivery Indefinite Quantity (IDIQ) Support contract for the 55th Wing at Offutt Air Force Base, Nebraska. This procurement aims to gather information on comprehensive facility maintenance, repair, inspection, and operation services, which are critical for ensuring the continuous, safe, and efficient operation of infrastructure and systems at the base. The contract will encompass a wide range of services, including preventative and corrective maintenance, emergency repairs, and compliance with regulatory standards, with individual Task Orders issued to address specific needs. Interested parties should contact Casey Hupton at casey.hupton.1@us.af.mil or Nichole Barragan at nichole.barragan.2@us.af.mil for further information, as the government is evaluating responses to inform its acquisition strategy.
    AMDOTS Warranty Justification and Approval
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking justification and approval for the AMDOTS warranty. This procurement is categorized under IT and Telecom platform products, focusing on database, mainframe, and middleware solutions. The goods and services involved are crucial for maintaining operational efficiency and reliability within the Air Force's IT infrastructure. Interested parties can reach out to SSgt Joshua Connelly at joshua.connelly.1@us.af.mil or by phone at 402-294-2883 for further details regarding this opportunity.
    Project Management Resource Tools (PMRT)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Project Management Resource Tools (PMRT) through a contract managed by the FA8770 AFLCMC GBK office. This procurement aims to acquire IT and telecom business application/software as a service, as detailed in the attached Justification and Approval (J&A) document for other than full and open competition. The PMRT is essential for enhancing project management capabilities within the Air Force, ensuring efficient resource allocation and project execution. Interested parties can reach out to James Wilson at james.wilson.11@us.af.mil for further information regarding this opportunity, which is set to take place at Wright Patterson AFB, Ohio.
    SimMan Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is conducting a Sources Sought Announcement for maintenance services of Laerdal SimMan medical training equipment at Mountain Home Air Force Base in Idaho. The contractor will be responsible for providing all necessary personnel, labor, management, supplies, and equipment to perform yearly preventative maintenance and extended warranties for one Laerdal SimMan 3G, one SimJunior, and one SimBaby Trach, ensuring compliance with the Performance Work Statement and relevant regulations. This maintenance is crucial for the operational readiness and training capabilities of medical personnel at the base. Interested small businesses are encouraged to submit their company information, including SAM UEI and Cage Code, to the primary contacts, A1C Calix Delgado and 2d Lt Nathan Polk, by the specified deadline to express their interest and capability in fulfilling the requirements.
    Mission Test support Services (MTSS) Extension
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to extend the Mission Test Support Services (MTSS) at Yuma Proving Ground in Arizona. This procurement involves professional engineering and technical support services, as outlined in the attached Justification and Approval document. The MTSS is crucial for ensuring the successful execution of mission testing and evaluation activities, which are vital for military readiness and operational effectiveness. Interested parties can reach out to Karen F. Davis at karen.f.davis.civ@army.mil or by phone at 928-328-6124 for further details regarding this opportunity.