Opportunity

SAM #RWP-SATERN-2026-01

Specialized Engineering and Technical Services for Hypersonic Test & Evaluation (SATERN) – White Paper Request

Buyer

AETC PKP Procurement Branch

Posted

March 27, 2026

Respond By

April 13, 2026

Identifier

RWP-SATERN-2026-01

NAICS

541330, 541690, 541715

The Air Force Test Center at Arnold AFB is seeking innovative white papers for specialized engineering, technical, and programmatic services to support hypersonic Test and Evaluation (T&E) initiatives under the SATERN program. - Government Buyer: - Department of the Air Force, Air Force Test Center (AFTC), Arnold AFB, Tennessee - Supports the Test Resource Management Center (TRMC) and Arnold Engineering Development Complex (AEDC) - Scope of Work: - Services to advance hypersonic T&E capabilities, including: - Program management - Transparent financial oversight - Agile acquisition support - Disciplined project execution - Innovative technical solutions for hypersonic T&E - Efficient event execution - Strategic T&E roadmapping - Support for TRMC-funded projects such as High Speed Systems Test (HSST) and Central Test and Evaluation Investment Program (CTEIP) - Requirements: - Active participation in the Joint Certification Program (JCP) - Compliance with NIST SP 800-171 and CMMC cybersecurity standards - No specific OEMs or vendors are named; the solicitation is for service-based expertise and solutions - Place of performance and government facilities include Arnold AFB and AEDC in Tennessee

Description

Request for White Paper (RWP) Reference Number: RWP-SATERN-2026-01 Project Title: Specialized Activities for Test and Evaluation Requirement Needs (SATERN) Issuing Office: Air Force Test Center (AFTC)/PZIA, Arnold AFB, TN Authority: 10 U.S.C. § 4022, Other Transaction for Prototype (OTP)

1.0 Introduction & Purpose The Department of the Air Force, on behalf of the Test Resource Management Center (TRMC), is soliciting white papers for innovative solutions to provide specialized engineering, technical, and programmatic services as described in this RWP. The objective is to award an Other Transaction for Prototype (OTP) agreement, specifically a business process prototype, to an offeror capable of supporting TRMC-funded projects, with a significant emphasis on advancing hypersonic Test and Evaluation (T&E) capabilities. At the conclusion of the prototype phase, the Government intends to issue a follow-on agreement with the successful prototype participant.

This RWP is the first step in a multi-step solicitation process. The Government will evaluate submitted white papers based on the criteria outlined in Section 5.0. Offerors who submit the most compelling solutions may be invited to submit a full proposal and engage in further discussions. The Government reserves the right to award a prototype agreement based on the initial white paper submission alone.

Note: Interested parties must be active in the Joint Certification Program (JCP) and meet current NIST SP 800-171 and CMMC requirements. For access to the Statement of Objectives (SOO), contact the Agreements Officer(s) with your company’s CAGE code. JCP status will be confirmed before a copy of the SOO is sent via DoD SAFE.

2.0 Background The TRMC is tasked with developing and investing in T&E capabilities to support Department of War (DoW) priorities aligned with the National Defense Strategy (NDS). This effort is critical for the execution of the High Speed Systems Test (HSST) portfolio, focused on hypersonic T&E, and the Central Test and Evaluation Investment Program (CTEIP). The selected offeror will provide direct support to the Government Technical Managers leading these portfolios at Arnold Engineering Development Complex (AEDC), delivering the expert services necessary to ensure successful technology development and project execution.

3.0 Program Objectives The Government seeks an offeror capable of developing and implementing a comprehensive solution to meet the following high-level objectives. The offeror’s proposed solution should describe their approach to achieving these outcomes:

Objective 1: Effective & Integrated Program Management: Establish and maintain a cohesive, expert program management structure that ensures seamless execution, transparent communication, and timely, accurate reporting for all supported projects. Objective 2: Transparent & Auditable Financial Oversight: Implement a robust financial management system that provides accurate, auditable, and timely financial planning, analysis, and reporting for all projects. Objective 3: Agile & Compliant Acquisition Support: Provide expert support for the full acquisition lifecycle, including developing innovative contracting strategies and preparing high-quality acquisition packages to enable rapid awards. Objective 4: Disciplined & Comprehensive Project Execution: Employ disciplined project management methodologies to successfully manage the scope, schedule, cost, risk, and quality of all supported TRMC projects. Objective 5: Innovative & Expert Technical Solutions: Provide world-class engineering and scientific expertise to solve complex T&E challenges, particularly in hypersonic weapon system T&E, ground test facilities, flight test events. Objective 6: Successful & Efficient T&E Event Execution: Plan, manage, and execute complex ground and flight T&E events with a focus on safety, efficiency, and high-quality data collection and analysis. Objective 7: Strategic & Forward-Looking T&E Roadmapping: Develop and maintain data-driven, strategic T&E roadmaps that identify critical capability gaps and propose innovative solutions aligned with the NDS and TRMC priorities.

4.0 White Paper Submission Instructions Interested parties shall submit a white paper that addresses the requirements and objectives outlined in this RWP.

4.1 Format: Page Limit: 12 pages maximum. This limit excludes the cover page and appendices. Font: Times New Roman, 12-point font, excluding tables and graphs. File Type: A single, searchable PDF document.

4.2 Content: The white paper should be structured as follows:

Cover Page (1 page, not included in page count): Solicitation Number: RWP-SATERN-2026-01 Project Title: Specialized Activities for Test and Evaluation Requirement Needs (SATERN) Company Name, Address, CAGE Code, and UEI Primary Point of Contact (Name, Title, Email, Phone) Date of Submission A rough order of magnitude (ROM) price to complete a business process prototype as defined in section 7.0. Section 1: Technical & Management Approach (Approx. 7-8 pages): This is the most critical section of the White Paper. Provide a narrative describing your company's innovative approach, methodologies, and potential tools/processes you would employ to meet the seven (7) Program Objectives listed in Section 3.0. Describe your overall management philosophy for integrating a diverse and geographically dispersed team and managing potential surge/draw-down scenarios. Describe your approach to providing and retaining the specialized engineering and scientific disciplines with expertise in the required areas of hypersonic systems, ground test, and flight test. Propose a set of high-level, quantifiable metrics that you would use to measure success for each objective. The Government is highly interested in innovative performance measurement techniques. Briefly describe your approach to recruiting, retaining, and developing the specialized talent required for this effort. Section 2: Corporate Experience & Capabilities (Approx. 2-3 pages): Identify proposed personnel to satisfy the six (6) Key Personnel positions listed in the SOO (Section 4), providing a brief (1-2 paragraphs) summary of their qualifications and experience and the approach for maintaining continuity in the event of departures from those key positions. Full resumes may be included in an appendix. Provide brief summaries of two to three recent (within the last 5 years) and relevant experience on projects of similar size, scope, and complexity. Specifically highlight experience with hypersonic T&E, TRMC-funded programs, and/or DoD T&E infrastructure. Section 3: Other Transaction Eligibility (Approx. 1 page): State the basis for your eligibility as a nontraditional defense contractor, or if you are a traditional contractor, describe how you will meet the OTP statutory requirements (e.g., through a 1/3 cost-share or partnering with a nontraditional subcontractor). Appendix A: Organizational Conflict of Interest (OCI) Statement (Not included in page count): Provide a statement affirming that your company has no existing conflicts of interest with the work described and outlining your strategy to mitigate any potential future OCI.

5.0 Evaluation Criteria The Government will evaluate white papers based on the following criteria, listed in descending order of importance: Technical & Management Approach: The degree to which the proposed solution is innovative, feasible, and demonstrates a clear understanding of the objectives. The Government will assess the soundness of the offeror’s approach to all aspects of the requirement, with particular emphasis on hypersonic T&E support. Corporate Experience & Personnel: The offeror’s demonstrated experience in performing similar work and the qualifications of proposed key personnel. Other Transaction Eligibility: The offeror’s eligibility and/or clear plan to meet OTP statutory requirements.

6.0 Submission Deadline & Contact Information White papers must be submitted electronically to the Agreements Officers no later than 13 April 2026 at 2:00 PM Central Time. NOTE: Due to time constraints surrounding this effort, the deadline for submitting White Papers is firm and extension will not be granted. Agreements Officers: Haley M. K. Smith and Brooke Z. Vandeman Email: haley.smith.10@us.af.mil and brooke.vandeman@us.af.mil All questions regarding this RWP must be submitted in writing to the email address above.

7.0 Next Steps Offerors that submit the most compelling solutions may be invited to submit a full proposal for a business process prototype that demonstrates their capability to meet the requirements detailed in the SOO. The Government intends to evaluate these prototypes to select the offeror(s) best suited to perform the full scope of the SATERN effort. A successful prototype may lead to a follow-on production OT agreement without further competition.

Definition of Successful Prototype: The business process prototype should simulate how the Offeror will perform the core functions outlined in the SOO. This prototype should be a detailed presentation, demonstration, or combination thereof, that illustrates the offeror's integrated approach, methodologies, and management systems. A successful prototype will be one that demonstrates the following:

Integrated Management Approach: The prototype clearly and convincingly demonstrates a cohesive and efficient system for managing program, financial, and contractual aspects in an integrated manner. Technical Innovation & Expertise: The offeror demonstrates a deep understanding of the technical challenges, particularly in hypersonics T&E S&T, and proposes credible, innovative solutions. Key personnel show exceptional subject matter expertise. Agility and Responsiveness: The proposed acquisition and project management processes are agile, compliant, and tailored to the rapid pace of technology development, ensuring timely execution. Strategic Vision: The prototype illustrates the offeror's ability to think beyond immediate tasks and contribute to long-term, strategic T&E roadmapping aligned with national defense priorities. Compliance and Security: The offeror provides a clear and acceptable plan for meeting all constraints, including Security, OCI avoidance, and Data Management, demonstrating a commitment to safeguarding government interests and information.

In essence, a successful prototype is one that proves it can deliver the SOO requirements in an effective, integrated, and adaptable manner, directly contributing to the strategic objectives of TRMC and the broader hypersonic test enterprise.

View original listing