On-Call Airfield Runway Friction Testing Services - BPA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force is soliciting proposals for a Blanket Purchase Agreement (BPA) for on-call airfield runway friction testing services. This 100% Small Business Set-Aside opportunity requires testing at Laughlin Air Force Base, Texas (three runways) and Spofford Auxiliary Airfield (one runway). The BPA will facilitate firm-fixed-price orders for these services. Quotes are due by April 9, 2026, at 5:00 PM (CDT).
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, and supervision to conduct runway friction testing. Key responsibilities include:
- Performing testing on three runways at Laughlin AFB (13L/31R, 13C/31C, 13R/31L) and one at Spofford Auxiliary Airfield (13/31).
- Utilizing FAA-approved Continuous Friction Measuring Equipment (CFME) and complying with FAA Advisory Circular 150/5320-12C and applicable ASTM standards (e.g., E274, E1551).
- Conducting tests under controlled "wet" conditions with a specified water depth of 1.0 mm (0.04 inches), at speeds of 40 mph and 60 mph.
- Delivering timely reports on friction testing results, including maintenance recommendations for rubber removal.
- Completing all required testing within 72 hours of airfield access approval, exclusively during non-flying hours.
- Developing and maintaining a Quality Control Plan (QCP).
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA) for commercial services.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 237310 – Highway, Street, and Bridge Construction (Size Standard: $19.0 million).
- PSC Code: H217 – Equipment and Materials Testing: Aircraft Launching, Landing, and Ground Handling Equipment.
- Period of Performance: A base period of 12 months, with up to four (4) one-year option periods.
- Order Limitations: Individual calls/orders under the BPA will not exceed the Simplified Acquisition Threshold (SAT) of $350,000.
- Funding Advisory: Funds for future orders are not yet available. The Government reserves the right to cancel this solicitation.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors. The evaluation factors, in descending order of importance, are:
- Technical Approach: Evaluates understanding of PWS requirements, feasibility, effectiveness, and ability to meet performance standards. Subfactors include understanding requirements, equipment/personnel certifications, performance schedule/coordination, and quality control.
- Price: Assesses the reasonableness and competitiveness of proposed firm-fixed-pricing, including all associated costs. Price is less important than technical capability.
Submission Requirements
Offerors must submit their quotes via email to SSgt Ian Monis (ian_jenne_sai.monis@us.af.mil) AND Mr. Jesus Valdez (jesus.valdez.1@us.af.mil).
- Technical Proposal: PDF format, limited to 10 pages (excluding cover letter), addressing each technical subfactor.
- Cover Letter: Must include solicitation number, company name, POC, DUNS/UEI, and CAGE code.
- Price Quote: Firm-fixed-pricing for services, with a breakdown of costs per order/call and any additional costs.
- Include applicable prompt payment discounts and quote validity length.
Key Dates
- Optional Site Visit: April 3, 2026, at 3:00 PM (CDT). RSVP by April 2, 2026, 5:00 PM (CDT).
- Questions Due: April 6, 2026, 5:00 PM (CDT) if no site visit; one business day after site visit if held.
- Quotes Due: April 9, 2026, 5:00 PM (CDT).
Additional Notes
The solicitation incorporates various FAR and DFARS clauses by reference, including those related to small business rerepresentation, service contract labor standards, and Wide Area WorkFlow (WAWF) payment instructions. Attachment 2, Wage Determination 2015-5303 Rev. 30, specifies minimum wage rates and fringe benefits for the Texas counties involved, which bidders must incorporate into their pricing. An ombudsman is available for unresolved concerns after initial contact with the contracting officer.