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
    Description

    The Department of Defense, specifically the United States Air Force, is soliciting proposals for runway friction testing services at Joint Base San Antonio (JBSA) in Texas. The contract requires the contractor to conduct regular airfield runway friction testing at multiple JBSA locations, including JBSA Lackland and JBSA Randolph, in accordance with FAA regulations, utilizing Continuous Friction Measuring Equipment (CFME). This testing is crucial for ensuring the safety and operational readiness of airfield surfaces, with services scheduled to commence on July 1, 2025. Interested vendors, particularly small businesses, 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.
    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.
    This document is an amendment to the Request for Proposal (RFP) FA301625R0030 for runway friction testing services at Joint Base San Antonio (JBSA) Lackland, Texas. It addresses two questions received from potential bidders. The first inquiry pertains to whether this project is a new initiative or a recompete; the response indicates that the incumbent contractor is Chemtek Inc., with a specific CAGE code. The second question requests the award number of the previous contract related to these services, which is cited as FA301620C0048. This amendment provides important clarifications for contractors interested in bidding on the project, ensuring transparency and continuity in the contracting process for governmental services.
    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
    Similar Opportunities
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    FY26 Airfield Pavement Preventative Maintenance
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    Solicitation Protective Coating and Marking Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Protective Coating and Marking Services at Joint Base Andrews (JBA) in Maryland. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform tasks such as airfield rubber removal, striping of airfields, streets, and parking lots, as well as maintaining protective coatings and signs across JBA and its surrounding sites. This procurement is critical for maintaining the operational integrity and safety of airfield and pavement markings, which are essential for military operations. Interested contractors, particularly those that are Service-Disabled Veteran-Owned Small Businesses, must register in the System for Award Management (SAM) and submit a Base Access Letter by December 17, 2025, to attend a site visit scheduled for December 19, 2025. The contract has a maximum ceiling of $9.5 million and a minimum order of $2,000, with proposals due by January 7, 2026. For further inquiries, potential bidders can contact Cameron Cox at cameron.cox.8@us.af.mil or Allen Tang at allen.tang@us.af.mil.
    Fuel System Component Test Stand
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is soliciting proposals from Women-Owned Small Businesses (WOSB) for the provision of a Fuel System Component Test Stand under solicitation FA812526Q0010. The procurement includes the design, installation, calibration, and training associated with the test stand, which is critical for aircraft engine maintenance and repair operations. The contract is structured as a Firm Fixed Price arrangement, with a performance period from January 16, 2026, to January 15, 2028, and proposals are due by December 19, 2025. Interested vendors must have a valid DD2345 and be registered in the JCP Portal to access controlled documents, and they can reach out to Sheridan Robison at sheridan.robison@us.af.mil for further inquiries.
    DoD BUS CARRIER APPROVAL By DTMO
    Dept Of Defense
    The Department of Defense, through the Defense Travel Management Office (DTMO), is announcing a special notice regarding the upcoming solicitation for bus and van services at Joint Base San Antonio (JBSA), anticipated to be released around January 2026. The 502d Contracting Squadron is seeking contractors to provide non-personal transportation services that support the operational needs of JBSA Lackland and Fort Sam Houston, including contingency transportation, while ensuring compliance with government scheduling and cleanliness standards. To be eligible for this contract, potential offerors must be Approved DoD Bus Carriers by the DTMO at the time of proposal submission and must hold the necessary Texas licenses and Class B commercial driver's licenses with passenger endorsements. Interested parties should reach out to Barbara A. Jewett at barbara.jewett.1@us.af.mil or 210-652-5454, or Ericka L. McGlone at ericka.mcglone@us.af.mil or 210-652-8586 for further inquiries, noting that this notice is not a solicitation for proposals at this time.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    NAF Laundry Service JBSA Lackland and Randolph
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    Great Texas Air Show- JBSA Randolph
    Dept Of Defense
    The Department of Defense, through the 502d Contracting Squadron, is seeking vendors to provide rental, delivery, and setup services for tables, chairs, and tents for the Great Texas Air Show at Joint Base San Antonio on May 2-3, 2026. The procurement includes specific quantities of various seating and table types, as well as a large premium seating tent, with logistics for delivery and setup required between April 30 and May 1, 2026. This event is significant for community engagement and military outreach, necessitating a well-coordinated effort to ensure all equipment is properly set up and secured. Interested parties must submit their responses to the Request for Information by December 15, 2025, at 12:00 PM CST, and can direct inquiries to A1C Seth James at seth.james.1@us.af.mil or Mercedes Perez at mercedes.perez.1@us.af.mil.
    NAS KINGSVILLE RUNWAY 35L-17L RUBBER REMOVAL AND PARKING APRON STRIPING
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is soliciting proposals for the rubber removal and parking apron striping at Naval Air Station Kingsville, Texas. This procurement specifically requires the removal of rubber buildup from Runway 35L-17L and the application of striping on the parking apron, which is crucial for maintaining operational safety and efficiency at the air station. Notably, the Cybersecurity Maturity Model Certification (CMMC) requirement has been revised, with the project now classified as CMMC Not Applicable, easing compliance for offerors. Interested parties can reach out to Cyndi Cisneros at cynthia.k.ramos-cisneros.civ@us.navy.mil or by phone at 361-961-5219 for further details.
    Vehicle Scale Calibration Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors to provide Vehicle Scale Calibration Services at Beale Air Force Base, California. The procurement involves annual calibration, inspection, testing, and maintenance of six government-owned scales used for verifying vehicle and cargo weights, ensuring compliance with Department of Transportation and MIL-AIR weight limitations. This contract is crucial for maintaining operational efficiency and safety standards, with a total small business set-aside and a potential contract value not exceeding $5,000 per year for "Over and Above" repairs. Interested parties must submit their quotes by January 6, 2026, and are encouraged to attend a site visit on December 22, 2025, with prior access arrangements required by December 17, 2025. For further inquiries, contact Lamar Mullins at lamar.mullins@us.af.mil or Katherine Moe at katherine.moe@us.af.mil.