SOLICITATION NOTICE
15 -- Prototype Integration Facility (PIF) Hardware 2027
- Notice Date
- 12/19/2025 6:03:29 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- W58RGZ-24-R-0054-REV4
- Response Due
- 1/2/2026 8:00:00 AM
- Archive Date
- 01/02/2026
- Point of Contact
- Charles D Miller, Derrick Thompson
- E-Mail Address
-
charles.d.miller2.civ@mail.mil, derrick.l.thompson28.civ@army.mil
(charles.d.miller2.civ@mail.mil, derrick.l.thompson28.civ@army.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- The purpose of this preliminary notice is to publish the Government�s intent to release formal RFP W58RGZ-24-R-054 in January 2026 for Rapid Response Hardware and Integrations Solutions in support of U.S. Army Transformation and Training Command (T2COM), Futures and Concepts Command (FCC), Combat Capabilities Development Command (DEVCOM), Aviation and Missile Center (AvMC) Prototype Integration Facility (PIF) at Redstone Arsenal, Alabama. Army Contract Command � Redstone (ACC-RSA) proposes to award a single-source, indefinite-delivery indefinite-quantity (IDIQ) contract to provide hardware and integrated solutions to support the PIF. The proposed contract centers around the requirement to fabricate and deliver integrated hardware solutions for aviation systems, missile systems, and Uncrewed Aerial Systems (UAS). Other requirements include comprehensive program management, research and development, engineering, subsystem-system integration, qualification testing, logistics, storage, and static displays. This support will occur across the system life cycle and will involve design, conceptualization, re-design, engineering analysis, technology insertion, rapid prototyping, repair, fabrication, testing, calibration, fielding, hardware software engineering, subsystem trouble shooting, quality assurance support, configuration management, logistic support for systems, subsystems, and test beds. The proposed contract will be a five-year base IDIQ with two individual, two-year award term options for at total of nine-years possible. The guaranteed minimum is $100,000. The proposed contract will be awarded pursuant to Federal Acquisition Regulation (FAR) 19.805 on the basis of competition limited to eligible 8(a) firms. Therefore, as a 100 percent set-aside for 8(a) small business concerns, offers from other than 8(a) small business concerns will not be considered. The North American Industry Classification System (NAICS) code for this acquisition is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, while the small business size standard for this acquisition is 1,250 employees. AS9100 Aerospace Quality Management, and AS9110 Quality Management Systems for Aviation Maintenance Organizations are required. Cybersecurity Maturity Model Certification (CMMC) Level 2 is required before the award date. Counterfeit detection will be required IAW AS9100 and DFARS 252.246-7007 Contractor Counterfeit Electronic Part Detection and Avoidance System. An Alcohol Tobacco and Firearm (ATF) gun license will also be required. Place of Contract Performance: Primarily at Huntsville, Alabama. Current Contract: The PIF is currently supported by Defense Systems and Solutions (DSS), a joint venture between Yulista Integrated Solutions, LLC (YIS) and Science and Engineering Services (SES), Incorporated under contract W58RGZ-18-D-0001. The PIF-3 contract has a ceiling of $4.7 Billion. Caveat: Offerors are cautioned that historical workloads are not a guarantee of future workloads. The Government anticipates approximately 1,200,000 square feet of facilities space for successful performance, to include aircraft hangar space for large helicopters, high-bay space, warehouse, and manufacturing space. The space shall be within the Huntsville-Decatur-Albertville Combined Statistical Area as defined in Office of Management and Budget (OMB) Bulletin No. 23-01, dated 21 Jul 2023. Interested parties will be required to show evidence of possession of aircraft hangar space within the geographic restriction, work in NAICS 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, and 8(a) status. If you previously responded to the sources sought for: W58RGZ-24-R-0054, you are not required to respond again. The Government does not intend to use FAR Part 12 for this acquisition. This preliminary notice is not a Request for Proposal (RFP). No award will be made under this solicitation until funds become available. Additionally, this effort is subject to appropriate approvals and authorizations prior to release of the solicitation. If the Government issues a solicitation, it will publish the solicitation and all required notices electronically on the SAM.gov website or PIEE, and it will be the responsibility of the interested parties to check regularly. All questions and recommendations should be submitted to the Contracting Officer via email. Please indicate the RFP number W58RGZ-24-R-0054, on all correspondence pertaining to this solicitation. Specifically, please include the RFP number in the subject line of all emails submitted. The official address to the solicitation is https://piee.eb.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/526d02b755e142feb02cbcee9a3b9836/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN07671446-F 20251221/251219230033 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |