Skip to content
Department of Defense

Sources Sought/Request for Information (RFI) for the production of Payload Transporter Replacement (PTR)

Solicitation: FA8214-26-C-PTR
Notice ID: b1f0623b94cf49d7aca98611afe6b2c9
TypeSources SoughtNAICS 336992PSC1190Set-AsideNONEDepartmentDepartment of DefenseAgencyDept Of The Air ForceStateUTPostedFeb 11, 2026, 12:00 AM UTCDueMar 12, 2026, 11:00 PM UTCCloses in 18 days

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: UT. Response deadline: Mar 12, 2026. Industry: NAICS 336992 • PSC 1190.

Market snapshot

Awarded-market signal for NAICS 336992 (last 12 months), benchmarked to sector 33.

12-month awarded value
$72,358,943
Sector total $20,371,516,771 • Share 0.4%
Live
Median
$107,793
P10–P90
$32,564$516,148
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.4%
share
Momentum (last 3 vs prior 3 buckets)
+100%($72,358,943)
Deal sizing
$107,793 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 UT
Live POP
Place of performance
Nibley, Utah • United States
State: UT
Contracting office
Hill Afb, UT • 84056-5837 USA

Point of Contact

Name
Nathan Corey
Email
nathan.corey.1@us.af.mil
Phone
Not available
Name
Kyle Andersen
Email
kyle.andersen@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE NUCLEAR WEAPON CENTER • INTERCONTINENTAL BALLISTIC MISSILE • FA8214 AFNWC PZBB
Contracting Office Address
Hill Afb, UT
84056-5837 USA

More in NAICS 336992

Description

Sources Sought/Request for Information (RFI) for the production of Payload Transporter Replacement (PTR)

AGENCY/ORGANIZATION:

Department of the Air Force, Air Force Materiel Command, AFNWC/NIMT

WEAPON SYSTEM:

Minuteman III (MMIII) Intercontinental Ballistic Missile (ICBM)

IPT:

Ground Mechanical 

RFI PURPOSE:

  • This RFI provides notice that the PTR program team is currently evaluating the availability and manufacturability of a form, fit, and function production item.  The form, fit, and function PTR replacement must meet the requirements in Attachment: PTR System Segment Specification

.

NOTICE:

This notification is for market research purposes only to identify potential contractors who have the skills, experience, and knowledge required to successfully complete this production effort for the PTR and is not to be construed as a solicitation.  The issuance of this RFI and responses thereto do not imply a commitment to release a solicitation.  A determination by the Government not to compete any or all portions of the work discussed in this RFI rests solely within the discretion of the Government.  The Government will not pay for time, effort, materials, or any other costs that arise as a consequence of responding or providing information related to this RFI.

The purpose of this RFI is to conduct market research to determine if responsible sources exist and if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification Systems (NAICS) Code is intended to be 336212, 336992, or 336999 which have a corresponding size standard of 1,500 or fewer employees.  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small business, to include 8(a), Service-Disabled Veteran-Owned, historically underutilized business zone (Hubzone), and Women-Owned small business concerns.

BACKGROUND:

The United States Air Force (USAF) fleet of PTRs must support the MMIII LGM-30G ICBM until the end of its operational life.   The PTR program is in the production and fielding phase. The PTR program is focused on replacing the existing legacy payload transporter fleet (PTIII) due to parts obsolescence, fleet age, increasing sustainment costs, and inability to meet current security / asset protection requirements.  Given these circumstances, the USAF aims to continue production of the PTR to increase the fleet numbers.  Procurement of five additional PTRs will be required.   

PTR DESCRIPTION:

The PTR system is comprised of a specially armored tractor (PTT) with an integrated auxiliary power unit (APU), pulling a specially armored trailer (PTS).   The PTR is the sole platform for the transport of Aerospace Vehicle Equipment (AVE) to / from host bases to ICBM launch facilities (LF), and the sole platform for conducting AVE remove and replace operations while positioned over the LF.  AVE consists of the Reentry System (RS), Missile Guidance Set (MGS), Propulsion System Rocket Engine (PSRE), and associated items.

The entire PTR system is a nuclear certified design that meets security / asset protection requirements outlined in DoDI 5210.41M, nuclear weapons safety requirements, and nuclear surety requirements. 

INFORMATION SOUGHT:

  1. Detail how your company plans for and mitigates discrete risks related to cost, schedule, and technical ability.
  2. Detail examples, from previous contracts, of how your company has planned for and mitigated issues involving the procurement of items with long-lead times.  
  3. Using NAICS code 336212, 336992, or 336999, detail whether your business meets the small business classification.
  4. At what stages in the manufacturing process would you recommend Government Mandatory Inspection Points or Defense Contract Management Agency (DCMA) inspection points? Use previous contracts as examples (include applicable contract number(s)).
  5. Indicate years of experience for each phase of the Department of War acquisitions process (i.e., Technology Maturation & Risk Reduction (TMRR), Engineering Manufacturing Development (EMD), and Production & Deployment (P&D).
  6. Indicate years of experience in development and production of nuclear certified designs, working with nuclear surety organizations to achieve nuclear design certification, and management of engineering changes that impact nuclear certified designs.
  7. Indicate years of experience in design and development of ballistic armor technologies to meet MIL STD requirements for personnel and asset protection.
  8. Provide expected schedule durations starting at contract award through qualification testing and delivery; include all engineering gates and milestones one could reasonably expect for the PTR production effort.
  9. Provide an estimate cost range as a Rough Order of Magnitude (ROM) from contract award through qualification testing and delivery, including individual ROM pricing for:
    1. Engineering and design
    2. Testing
    3. Production
    4. Per unit cost (tiered pricing if applicable)
  10. Please identify expectations for testing locations for requirements assumed to be verified by test based on the attached Source Requirements Document (PTR System Segment Specification) (i.e., what would you do in house vs. at another facility).
  11. List experience with environmental (e.g., rain, hot/cold, sunshine, etc.) testing.
  12. List experience with shock and vibration testing for vehicles.
  13. Share the strategy for managing intellectual property, including drawings, welding standards, specifications, work instructions?
  14. If awarded, what would your company expect the team size to be throughout the PTR production contract (e.g., engineers, program managers, welding staff, certified weld inspectors, electricians, etc.)?

RESPONSES:

Responsible and capable sources may identify their interest by providing a white-paper capability statement (limited to 4 pages) with sufficient information to substantiate that respondents can successfully perform to and fulfill all requirements.  Responses shall be submitted using the provided template (PTR Response Template).  Additional information, if required, shall be included after template as appendices.  Interested parties should make an earnest effort to thoroughly answer the Government’s questions.  Please see the RFI question set.  Government will consider responses to one or all purposes depending on company’s capability.

ELIGIBILITY REQUIREMENT:

  • Distribution of the PTR Statement of Work and PTR System Segment Specification are limited to contractors with a DD 2345 certified by the Defense Logistics Information Service, Joint Certification Program (1-877-352-2255) who have a legitimate business purpose.  As such, these Attachments cannot be provided to a contractor without a certification.  Contractors who would like to become certified can find the form and instructions at:

https://public.logisticsinformationservice.dla.mil/PublicHome/jcp/default.aspx.

This RFI is issued solely for informational and planning purposes.  No funds are available to fund the information requested.  The information in this notice is current as of the publication date but is subject to change and is not binding to the Government.  Oral submissions of information are not acceptable.  For access to the attachments, please e-mail your response advising if the requirements stated above can be met to the following address: kyle.andersen@us.af.mil and nathan.corey.1@us.af.mil .

Submit the following information:

  • Company Name and Address
  • Cage Code
  • Unique Identifier
  • Company business size by NAICS code
  • Small Business Type (s), if applicable
  • Provide a response, including any recommendations and/or comments
  • Point of Contact for questions and/or clarification
  • Telephone Number and email address
  • Web Page URL
  • Teaming Partners (if applicable)
  • Determination of Adequacy of your accounting system by DCMA and/or Defense Contract Audit Agency for Cost Type Contracts.

ATTACHMENTS / LINKS:

  • PTR System Segment Specification
  • PTR Statement of Work
  • PTR Response Template

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.