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 at Laughlin Air Force Base, TX, and Spofford Auxiliary Airfield. This is a 100% Small Business Set-Aside opportunity. The BPA will facilitate firm-fixed-price orders for essential runway friction testing to ensure airfield safety and support maintenance. Quotes are due by April 10, 2026, at 1:00 PM CDT.
Scope of Work
The contractor will provide all personnel, equipment, tools, materials, and supervision to perform on-call runway friction testing. Services include:
- Testing three runways at Laughlin AFB and one at Spofford Auxiliary Airfield.
- Using FAA-approved Continuous Friction Measuring Equipment (CFME) and complying with FAA Advisory Circular 150/5320-12C and applicable ASTM standards.
- Conducting tests under wet conditions with a controlled water depth of 1.0 mm (0.04 inches), at speeds of 40 mph and 60 mph.
- Providing timely reports on friction testing results, including maintenance recommendations for rubber removal.
- Completing all testing within 72 hours of airfield access approval, during non-flying hours.
Contract Details
- Opportunity Type: Solicitation for a Blanket Purchase Agreement (BPA).
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 237310 – Highway, Street, and Bridge Construction (Size Standard: $19.0 million).
- PSC: H217 – Equipment and Materials Testing: Aircraft Launching, Landing, and Ground Handling Equipment.
- Period of Performance: One base year with up to four (4) one-year option periods.
- Individual Call Limit: Each order 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 the solicitation.
Key Dates & Actions
- Optional Site Visit: April 3, 2026, at 3:00 PM CDT. RSVP required by April 2, 2026, at 5:00 PM CDT.
- Questions Due: One business day after the site visit (if held), or by April 6, 2026, 5:00 PM CDT (if no site visit).
- Quote Submission Deadline: April 10, 2026, at 1:00 PM CDT.
Submission Requirements
Quotes must be submitted via email to SSgt Ian Monis (ian_jenne_sai.monis@us.af.mil) and Mr. Jesus Valdez (jesus.valdez.1@us.af.mil) and include:
- Cover Letter: Solicitation number, company name, POC, DUNS/UEI, CAGE code.
- Technical Proposal: PDF format, limited to 10 pages (excluding cover letter), addressing all subfactors under Evaluation Criteria, including equipment, personnel, and certifications.
- Price Quote: Firm-fixed-pricing for services, breakdown per order/call, and any mobilization/demobilization costs.
Evaluation Criteria
Award will be made to the responsible offeror whose quote is most advantageous to the Government, with Technical Approach being more important than Price. Factors include:
- Technical Approach: Understanding of requirements, equipment/personnel certifications, performance schedule/coordination, and quality control.
- Price: Reasonableness and competitiveness.
Important Notes
- The solicitation incorporates various FAR and DFARS clauses by reference, including 52.219-28 (Postaward Small Business Program Rerepresentation) and 252.232-7006 (Wide Area WorkFlow Payment Instructions).
- A Wage Determination (2015-5303 Rev. 30) is attached, outlining minimum wage rates and fringe benefits for the specified Texas counties.
- An Ombudsman has been appointed for this acquisition; however, initial concerns should be directed to the Contracting Officer.
Point of Contact: Jesus Valdez, jesus.valdez.1@us.af.mil, 830-298-5175.