JBSA Runway Friction Testing Services
ID: FA301625R0030Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3016 502 CONS CLJBSA LACKLAND, TX, 78236-5286, USA

NAICS

Other Airport Operations (488119)

PSC

MAINTENANCE OF AIRPORT RUNWAYS AND TAXIWAYS (Z1BD)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 17, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due May 14, 2025, 3:00 PM UTC
Description

The Department of Defense, specifically the United States Air Force, is seeking qualified vendors to provide runway friction testing services at Joint Base San Antonio (JBSA) in Texas. The contract will involve conducting airfield runway friction tests at multiple locations, including JBSA Lackland, JBSA Randolph, and JBSA Randolph Auxiliary Airfield, in accordance with FAA regulations, with testing frequencies ranging from monthly to annually. This procurement is critical for ensuring the safety and operational readiness of military airfields by maintaining compliance with safety standards through regular monitoring of runway conditions. Interested vendors should submit their proposals and any inquiries to the designated contacts, Chad Olson and Emily A. Rodriguez, by the specified deadlines outlined in the solicitation documents.

Files
Title
Posted
The Performance Work Statement (PWS) outlines the requirements for conducting airfield runway friction testing at Joint Base San Antonio (JBSA), Texas. The contractor is responsible for providing personnel, equipment, and materials to execute runway friction tests in accordance with FAA regulations. Specifically, testing shall occur monthly at Kelly Field, semi-annually at Randolph East and West runways, and annually at the Seguin Auxiliary Airfield, utilizing Continuous Friction Measuring Equipment (CFME). Reports must be submitted within seven days post-testing, detailing compliance with specifications, conditions, and friction test results. Quality assurance is enforced through government inspection, with strict performance thresholds; any deficiencies must be corrected promptly by the contractor. The contractor must also ensure compliance with safety, environmental regulations, and security protocols relevant to base operations. Additionally, required certifications for equipment and personnel must be provided before work commences, alongside specific testing scheduling in coordination with the Government. Overall, the PWS emphasizes the necessity of maintaining pavement safety through regular monitoring and adherence to federal standards to support airfield operations.
Apr 17, 2025, 8:09 PM UTC
The government file is primarily focused on Request for Proposals (RFPs) and federal grants, specifically in the context of state and local initiatives. It details various funding opportunities aimed at improving regional services and infrastructure, highlighting the government's commitment to supporting community development and enhancing public welfare. The document outlines essential criteria for applicants, including eligibility requirements, funding limits, application processes, and deadlines. It emphasizes the importance of submitting well-structured proposals that align with governmental priorities and community needs. Key components also include the necessity for transparency in financial management and reporting obligations for grant recipients. Emphasis is placed on fostering partnerships between local governments, non-profits, and private entities to leverage resources for optimal project outcomes. Finally, the file serves as a guideline for stakeholders, facilitating engagement in the competitive bidding process while ensuring compliance with regulatory standards. Overall, it provides a comprehensive framework for potential applicants to navigate the complexities of securing federal support effectively.
Apr 17, 2025, 8:09 PM UTC
The document outlines a solicitation for runway friction testing services by the United States Air Force under requisition number FA301625R0030. The contract encompasses commercial products and services set to commence on July 1, 2025, with a scope covering friction testing at multiple Joint Base San Antonio (JBSA) locations, including JBSA-Lackland and JBSA-Randolph. Monthly and semi-annual tests of runway friction are specified, with defined quantities and pricing strategies utilizing a firm fixed price. The solicitation emphasizes compliance with Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, incorporating aspects such as payment instructions, contract terms, and service requirements. Additionally, it includes provisions for small business participation, highlighting opportunities for women-owned and economically disadvantaged businesses. The broader purpose of the solicitation aligns with government contracting efforts to ensure safety and effectiveness in military operations through routine maintenance and testing of airfield surfaces, thereby supporting operational readiness and compliance with safety standards.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
Remove Rubber and Restripe Runway
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a contract to remove rubber and restripe the runway at Keesler Air Force Base in Biloxi, Mississippi. The project involves furnishing all necessary labor, materials, and equipment to prepare and replace airfield pavement markings as outlined in the Statement of Work and accompanying specifications. This procurement is significant for maintaining airfield safety and operational efficiency, with an estimated contract value between $500,000 and $1 million. Interested contractors must register in the System for Award Management (SAM) and are encouraged to check the Contract Opportunities Website for updates, with the solicitation package expected to be posted around May 19, 2025, and proposals due by June 18, 2025. For inquiries, contact Tiffany Aultman at tiffany.aultman@us.af.mil or Alicia Bowman at alicia.bowman@us.af.mil.
NOTICE - Repair Runway 05R/23L and Taxiway F
Buyer not available
The Department of Defense, through the 18th Contracting Squadron at Kadena Air Base in Okinawa, Japan, is preparing to solicit proposals for a Design-Build contract aimed at repairing Runway 05R/23L and Taxiway F. The project involves comprehensive repairs, including full-depth replacement of existing concrete slabs and asphalt shoulders, in compliance with established military and environmental standards. This initiative is crucial for maintaining operational readiness at the airfield, with an estimated contract value between $1,000,000 and $5,000,000 and a performance period of approximately 488 calendar days. Interested contractors must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically around May 2025, with further inquiries directed to Roland Lim at roland.lim@us.af.mil.
8-Station Shower Trailer Rental
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking contractors capable of providing an 8-Station Shower Trailer rental for Joint Base San Antonio (JBSA) Randolph, Texas. The procurement involves a four-month rental period from May 15 to September 15, 2023, during which the contractor will be responsible for the transportation, delivery, operational status, and routine cleaning of the trailer, ensuring compliance with safety standards and operational protocols. This service is critical for maintaining hygiene and sanitation for personnel on the base, particularly during peak operational periods. Interested parties must submit their capability statements and pricing information by April 29, 2025, to the designated contacts, Miranda Garza and Chad Olson, at the provided email addresses.
B-2 Landing Gear Valve, Regulation, FL
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of elastomer pads used in the B-2 landing gear valve regulation, with the solicitation number FA8203-25-Q-0003. This opportunity is set aside for small businesses and requires compliance with stringent technical and pricing criteria, including a Lowest Price Technically Acceptable (LPTA) evaluation approach. The elastomer pads are critical components for ensuring the operational integrity of military aircraft, emphasizing the importance of quality and adherence to military standards in their production. Interested contractors must submit their proposals by April 28, 2025, and can direct inquiries to Justin Mckinley at Justin.mckinley.2@us.af.mil or Nathan Hirschi at nathan.hirschi@us.af.mil for further information.
RFI - USAFADS Winter Training Airfield Rental
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking information regarding the rental of airfield facilities for winter training operations at Nellis Air Force Base in Nevada. This request for information (RFI) aims to identify potential sources capable of providing the necessary airport operations, including the lease and rental of runways and taxiways. Such facilities are crucial for conducting winter training exercises, which are essential for maintaining operational readiness and effectiveness of air force personnel. Interested parties should reach out to Lisa Hallberg at lisa.hallberg.1@us.af.mil for further details and to express their interest in this opportunity.
DELAY POSTING RFP - Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3)
Buyer not available
Presolicitation Notice For: Airfield Rubber Removal, Paint Removal, & Airfield Restriping (R3), Single-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract:(Construction). This procurement is for the Air Force Civil Engineer Center (AFCEC/CO), Operations Directorate, Tyndall AFB, FL. The government is targeting award of eleven (11) Single-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) contracts for the removal of rubber and paint on designated airfields, as well as the application of airfield pavement markings and striping. The estimated period of performance is a Base Year, followed by two (2) Option Years. The contract type for this requirement will be a Firm Fixed Price (FFP) IDIQ contract. The estimated price range for this procurement is between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237310 - Highway, street, and bridge construction. The Small Business Size Standard for this acquisition is $33.5 Million. The Air Force reserves the right not to make an award.
Maintain Airfield and Markings
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting bids for a contract titled "Maintain Airfield and Markings" at Moody Air Force Base in Georgia. The project involves the removal of rubber buildup and paint from the airfield, followed by repainting designated areas, requiring all necessary materials, labor, tools, and equipment from the contractor. This maintenance work is crucial for ensuring the safety and operational efficiency of airfield infrastructure, which is vital for military operations. Interested bidders, particularly those certified as Women-Owned Small Businesses (WOSB), must submit their proposals by May 9, 2025, and can direct inquiries to Lucas W. Richardson or Erick Boswell via the provided contact details.
Emerging Tech Portable Shearography System
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of an Emerging Technology Portable Shearography System to be delivered to Tinker Air Force Base in Oklahoma. This contract requires the contractor to provide a system that meets specific technical specifications, including a built-in laser with a minimum power of 150 mW, thermal stress devices, and advanced image processing capabilities, along with on-site training for six operators. The Portable Shearography System is crucial for enhancing inspection capabilities within the Air Force, ensuring compliance with safety and environmental regulations throughout its operation. Interested vendors can reach out to primary contact Shana Mandley at shana.mandley@us.af.mil or secondary contact Sheridan Robison at sheridan.robison@us.af.mil for further details regarding the solicitation.
Military Razor Vehicle Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking a qualified contractor to provide maintenance services for 23 Military Razor (MRZR) All-Terrain Vehicles (ATVs) at Joint Base San Antonio (JBSA) Camp Bullis, Texas. The contractor will be responsible for performing quarterly fleet maintenance, including essential services such as oil changes, brake fluid replacements, and tire changes, as outlined in the Performance Work Statement (PWS). This procurement is crucial for ensuring the operational readiness and safety of military vehicles, reflecting the government's commitment to maintaining high standards in vehicle maintenance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their quotes electronically by May 12, 2025, with a contract duration of one base year and four optional one-year periods, and can contact Parie D Reynolds at parie.reynolds@us.af.mil or 210-671-1777 for further details.
AIRFIELD PAVEMENT IDIQ
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract focused on airfield pavement work at Kadena Air Base in Okinawa, Japan. The contract will encompass a range of services including slab replacement, new pavement installation, spall repair, pavement markings, and various other related tasks, with a contract term consisting of a one-year base period and four optional periods. This procurement is crucial for maintaining and enhancing airfield infrastructure, ensuring operational readiness and safety. Interested contractors must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) to submit proposals, with the Request for Proposal (RFP) expected to be released around May 12, 2025. For further inquiries, potential offerors can contact Marina Joyce Amosin at marinajoyce.amosin.ph@us.af.mil or Daniel Rakowski at daniel.rakowski@us.af.mil.