Payment Card Industry Data Security Standards Audit Readiness.

SOL #: F41999-26-Q-0007Combined Synopsis/Solicitation

Overview

Buyer

JBSA LACKLAND, TX, 78236-9800, United States

Place of Performance

DWG, TX

NAICS

Other Management Consulting Services (541618)

PSC

Financial Services (Includes Credit Card Services And Any Other Financial Services. See Revision To Description For Code R703 Above) (R710)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 9, 2026
2
Last Updated
Jan 12, 2026
3
Submission Deadline
Jan 29, 2026, 8:00 PM

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 (DAF) Air Force Services Center (AFSVC) is seeking a Payment Card Industry Data Security Standard (PCI DSS) compliance expert and a business expert for Audit Readiness. This is a Nonappropriated Fund (NAF) Request for Quote (RFQ) to ensure PCI DSS compliance across DAF NAFI cardholder data environments. Quotes are due by 2:00 PM CST, Thursday, January 29, 2026.

Scope of Work

The contractor will provide expert insight to support AFSVC in achieving and maintaining PCI DSS compliance (v4.0.1 or later). Key tasks include:

  • Reviewing data and gap assessments to refine PCI DSS scope.
  • Identifying outstanding requirements and developing an expedited compliance path.
  • Conducting a formal audit by the end of FY26 (September 30, 2026).
  • Guiding the maturation of end-to-end business systems and processes related to merchant processing for 104 worldwide NAFI locations and 2,200+ business activities.
  • Deliverables include Project Plans, Strategic Compliance Roadmaps, Risk Assessments, Incident Response & Contingency Planning support, Documentation & Reporting, Security Control Implementation & Remediation, Vulnerability Management, Merchant Services Optimization, Audit Preparation & Execution, Audit Findings & Remediation Plans, PCI DSS Discovery Reports, and Reports on Compliance (ROC) Development.
  • The contractor's role is advisory and assessment; technical remediation will be handled under a separate contract.

Contract Details

  • Contract Type: Request for Quote (RFQ) F41999-26-Q-0007, anticipated Firm Fixed Price (FFP).
  • Funding: Nonappropriated Funds (NAF); Federal Acquisition Regulation (FAR) rules do not apply.
  • Set-Aside: None (no requirement for set-asides).
  • Period of Performance: One base year plus four one-year option periods, totaling a potential five years. The base year is 12 months after award.
  • Place of Performance: Primarily 3515 South General McMullen Bldg. 1, San Antonio, TX 78236-9854, with majority remote work authorized.
  • Contractor Qualifications: Must be a Certified Qualified Security Assessor (QSA) with current PCI DSS v4.0.1 certification, experience in DoD/Federal entities, and at least five years of experience establishing enterprise PCI DSS systems for geographically separated organizations. Subcontractor QSA is acceptable.

Submission & Evaluation

  • Quotes Due: 2:00 PM CST, Thursday, January 29, 2026.
  • Submission Method: Secured email to fay.cameron@us.af.mil and valerie.baltimore@us.af.mil, with a separate email for the password.
  • Required Documents: Contractor's Statement of Work (CSOW)/Technical Solution, Supplies/Services/Prices, Deliveries or Performances, NAF Standard Clauses acceptance, Contract Documentation, Contractor Past Performance Information (PPI) (minimum 3 references from last 5 years), Subcontractor/Teaming Partner Consent Letters and PPI (if applicable), and Representations and Certifications.
  • Quote Validity: At least 180 calendar days.
  • Evaluation: Lowest Price Technically Acceptable (LPTA) based on:
    1. CSOW/Technical Solution (Acceptable/Unacceptable)
    2. Past Performance (Acceptable/Unacceptable)
    3. Cost/Price (realism, balance, reasonableness)
  • Oral presentations or interviews may be required.

Key Dates & Contacts

  • Questions Due (Past): 4:00 PM CST, Monday, January 12, 2026.
  • Consolidated Q&A Posted (Past): 4:00 PM CST, Wednesday, January 14, 2026.
  • Primary Contact: Fay Cameron (fay.cameron@us.af.mil, 3804571684)
  • Secondary Contact: Valerie Baltimore (valerie.baltimore@us.af.mil, 3804569205)

People

Points of Contact

Valerie BaltimoreSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 9, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 9, 2026
View