Airfield Management Services - Sheppard AFB TX
ID: FA302025Q0044Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA3020 82 CONS LGCSHEPPARD AFB, TX, 76311-2743, USA

NAICS

Other Airport Operations (488119)

PSC

OPERATION OF OTHER AIRFIELD STRUCTURES (M1BZ)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Airfield Management Services at Sheppard Air Force Base (AFB) in Texas. This procurement aims to secure a contractor capable of providing comprehensive airfield management services, with a contract structure consisting of a base year and four optional one-year periods, running from October 1, 2025, to September 30, 2030. The opportunity is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 488119, with a size standard of $40 million, emphasizing the importance of veteran participation in federal contracting. Interested vendors must submit their quotes by 2:00 P.M. CST on August 15, 2025, and are encouraged to attend a site visit on July 30, 2025, with prior RSVP to the designated contacts, Kimberly Rico and Kyle Contreras, whose emails and phone numbers are provided in the solicitation notice.

    Files
    Title
    Posted
    The document, FA302025Q0044, is a comprehensive government file outlining federal acquisition regulations and clauses incorporated into contracts, particularly focusing on defense-related procurements. It details requirements for contractors regarding ethical conduct, cybersecurity, supply chain security, and financial transparency. Key clauses address prohibitions on certain telecommunications equipment and business operations with sanctioned regimes, as well as mandates for antiterrorism training and whistleblower rights. The file also specifies payment instructions through the Wide Area WorkFlow (WAWF) system and outlines requirements for the continuation of essential contractor services during crisis situations, including the submission of a Mission-Essential Contractor Services Plan. Additionally, it provides guidelines for offeror representations and certifications, covering aspects like small business status, Buy American Act compliance, and restrictions on inverted domestic corporations. The document emphasizes the importance of compliance with federal regulations to ensure fair and reasonable pricing, national security, and ethical business practices within government contracts.
    The Quality Assurance Surveillance Plan (QASP) for Airfield Management Services (FA302025Q0044) outlines how the contract will be managed to ensure performance meets established thresholds. This living document, authorized under FAR Part 46, details the government's objective assessment process, distinct from the Service Provider's (SP) Quality Control Plan. It defines roles and responsibilities for the Contracting Officer (CO), Contract Administrator (CA), Functional Commander (FC), COR Supervisor, Contracting Officer Representative (COR), and Quality Assurance Program Coordinator (QAPC), along with the SP's obligations. The QASP emphasizes continuous oversight through surveillance methods, including checklists and
    The document FA302025Q0044 outlines a federal Request for Proposals (RFP) and includes a comprehensive list of clauses, incorporating guidelines and provisions relevant to contractors bidding on government contracts. It comprises clauses that cover diverse topics, such as contractor responsibilities, compliance requirements, pricing data, cybersecurity protocols, and administrative procedures essential for contract performance. Key clauses include requirements related to the compensation of former Department of Defense (DoD) officials, safeguarding of defense information, and specific representations regarding business operations with foreign regimes, particularly the Maduro government and entities in the Xinjiang region. Additional sections demand compliance with federal regulations concerning whistleblower rights, labor issues, and service contractor standards, enhancing transparency and ensuring responsible business practices. The document serves as a crucial resource for potential contractors, detailing essential compliance and procedural expectations, thereby facilitating a structured and regulated contracting environment that aligns with federal standards and efficiency in procurement processes.
    The Quality Assurance Surveillance Plan (QASP) for Airfield Management Services (FA302025Q0044) outlines the monitoring and management practices to evaluate the performance of the Service Provider (SP) throughout the contract lifecycle. The QASP is designed to ensure that the SP meets performance standards defined in the Performance Work Statement (PWS) by specifying procedures for ongoing assessment and documentation of performance. It differentiates between major and minor discrepancies, establishes roles and responsibilities for key personnel, including the Contracting Officer (CO) and Contracting Officer Representative (COR), and highlights the importance of communication and documentation. Key surveillance methods include structured checklists, periodic inspections, and maintaining a COR continuity binder with performance records. Discrepancies identified impact performance ratings, leading to corrective actions when necessary. The QASP emphasizes the need for customer feedback and incorporates a mechanism for monitoring compliance with regulations, such as combating human trafficking. This document serves as a guiding framework for maintaining contract integrity and ensuring effective management of service operations, ultimately geared towards achieving high-quality airfield services while adhering to federal acquisition standards.
    The provided government file, likely an RFP or grant-related document, is not displaying its content. Instead, it presents a message indicating that the PDF viewer may not be able to display the document's contents. It advises the user to upgrade to the latest version of Adobe Reader and provides links for download and further assistance. The message also includes trademark information for Windows, Mac, and Linux. The core purpose of this file appears to be a placeholder or an error message for a document that failed to load, rather than containing substantive information relevant to government solicitations.
    The government document is currently unavailable for review, as it only displays a message indicating that a PDF viewer may not support the file type. Consequently, a detailed summary analyzing the contents of this file cannot be provided. The document was expected to outline significant information related to federal RFPs, grants, and state/local proposals, focusing on crucial directives for potential contractors and grantees. The analysis would typically include identifying the main topic, key ideas, and appropriate project details, especially concerning funding opportunities and compliance requirements. Unfortunately, without access to the content, a summary encapsulating these elements is not feasible. It’s advisable for users to ensure their PDF viewing tools are up to date or seek an alternative method for accessing the document to gain insights pertinent to federal and local government proposals.
    This document addresses questions regarding the FY26 Airfield Management Solicitation, focusing on operational requirements and historical workload data. Key points include clarifying that visits to Frederick Regional Airport are
    Lifecycle
    Title
    Type
    Similar Opportunities
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    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
    Buyer not available
    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.
    FY26 Airfield Striping & Rubber Removal
    Buyer not available
    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.
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all spectator areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at $40 million and designated as a Women-Owned Small Business set-aside, emphasizes technical acceptability, past performance, and price in its evaluation criteria. Interested vendors must submit their quotes by December 17, 2025, to the designated contacts, 2d Lt Jalen Johnson and Jacqueline Aranda, via email, ensuring quotes remain valid through March 14, 2026.
    SOURCES SOUGHT//SDVOSB - Dover AFB Isochronal Stand Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought notice to identify potential sources for the maintenance of the Isochronal Stand System at Dover Air Force Base (AFB). The procurement aims to secure a contractor capable of providing comprehensive management, tools, supplies, and labor for preventative maintenance, unscheduled repairs, and emergency services related to the Kern Steel Fabrication, Inc. ISO Stand System, which is critical for the operational readiness of the C-5 Galaxy aircraft. Interested parties must submit a capability statement demonstrating relevant experience and qualifications by December 15, 2023, with responses directed to 2d Lt Travis Ambrose and Ms. Charidy Vessels via email. The anticipated contract period spans from March 1, 2026, to September 30, 2030, with a focus on Service-Disabled Veteran-Owned Small Business participation.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    PNQS 09-4491 Repair Dining Facility Bldg. 668, Maxwell AFB, AL (Solicitation Amendment 0002)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Dining Facility Building 668 at Maxwell Air Force Base in Montgomery, Alabama. This project involves comprehensive renovations, including hazardous material abatement, interior alterations, and the installation of new systems, with a total estimated contract value between $5,000,000 and $10,000,000. The work is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and must be completed within 640 calendar days, divided into procurement and construction phases. Interested contractors should direct inquiries to SSgt Khadijah Jones at khadijah.jones.1@us.af.mil or Marc Engel at marc.engel@us.af.mil, and proposals are due by December 15, 2025.
    Great Texas Air Show- JBSA Randolph
    Buyer not available
    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.
    Symposium Audio-Visual Support
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for audio-visual (A/V) support for the AFROTC Commanders' Symposium, scheduled for January 5-8, 2026, at the Double Tree by Hilton Dallas Near the Galleria. The procurement requires a single unit of A/V support, including personnel, equipment, and facilities for setup, technical support, and breakdown, with specific equipment needs outlined in the Statement of Work. This opportunity is a 100% Small Business Set-Aside, emphasizing the importance of supporting small businesses in government contracting, and proposals must be submitted by December 12, 2025, at 12:00 p.m. CST. Interested vendors should contact A1C Alexia Lassin at alexia.lassin@us.af.mil or Jeremy Kersey at jeremy.kersey.1@us.af.mil for further inquiries.
    Maxwell AFB - Airfield Repairs - Amendment 0002
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for airfield improvements at Maxwell Air Force Base (AFB) in Montgomery, Alabama. This project, designated as PNQS 24-4829, involves various construction activities including pavement pressure washing, sinkhole repairs, and markings replacement, with a completion timeline of 120 calendar days from the notice to proceed. The contract is set aside for small businesses, with an estimated value between $250,000 and $500,000, and proposals are due by December 19, 2025, at 1:00 PM CST. Interested contractors should direct inquiries to SrA Trevor Wilson at trevor.wilson.8@us.af.mil and are encouraged to attend the scheduled site visits on December 3 and December 12, 2025, for further project insights.