Skip to content
Department of Defense

Prototype Integration Facility (PIF) 2027

Solicitation: W58RGZ24R0054
Notice ID: 21d060f71d9e405dacd643c1380cd583
TypeSolicitationNAICS 336413PSC1520Set-Aside8ADepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedFeb 03, 2026, 12:00 AM UTCDueApr 03, 2026, 04:00 PM UTCCloses in 39 days

Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 03, 2026. Industry: NAICS 336413 • PSC 1520.

Market snapshot

Awarded-market signal for NAICS 336413 (last 12 months), benchmarked to sector 33.

12-month awarded value
$349,579,088
Sector total $20,354,308,656 • Share 1.7%
Live
Median
$101,200
P10–P90
$29,505$941,079
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.7%
share
Momentum (last 3 vs prior 3 buckets)
+3064%($328,161,008)
Deal sizing
$101,200 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Redstone Arsenal, Alabama • 35898 United States
State: AL
Contracting office
Redstone Arsenal, AL • 35898-0000 USA

Point of Contact

Name
Charles D Miller
Email
charles.d.miller2.civ@mail.mil
Phone
Not available
Name
Derrick Thompson
Email
derrick.l.thompson28.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
AMC
Office
ACC • ACC-CTRS • ACC RSA • W6QK ACC-RSA
Contracting Office Address
Redstone Arsenal, AL
35898-0000 USA

More in NAICS 336413

Description

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 has a requirement for a single-source, indefinite-delivery indefinite-quantity (IDIQ) contract to provide rapid response hardware and integration solutions. 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 work 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 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, experience in NAICS 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing, and 8(a) status.

No award will be made under this solicitation until funds become available.

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.

Instructions for Accessing the Documents

To be added to the solicitation list in the PIEE Solicitation Module provide a complete response to the previous Sources Sought Notice to the Contracting Officer with evidence of access to aircraft hangars in the Huntsville-Decatur-Albertville Combined Statistical Area, and eligible 8(a) status. If you previously responded to the sources sought for: W58RGZ-24-R-0054, you are not required to respond again.

The official address to the solicitation is https://piee.eb.mil. Proposal shall be submitted through the PIEE solicitation module.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.