This is a solicitation for on-call airfield runway friction testing services to be ordered on an as-needed basis via firm-fixed-price calls against a Blanket Purchase Agreement (BPA). The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform friction testing on three runways at Laughlin AFB and one runway at Spofford Auxiliary Airfield. The objective is to provide timely and accurate data for a condition-based maintenance schedule for airfield rubber removal, enhancing safety and optimizing operational spending. The BPA will have a base period of 12 months with up to four additional one-year option periods. Each individual call order under this BPA will not exceed the simplified acquisition threshold (SAT) of $350,000. This acquisition is a 100% small business set aside. The North American Industry Classification System (NAICS) code is **** optional site visit will be made available on April 3, 2026, at 3:00 PM CDT. Questions relating to the solicitation are due by April 6, 2026, at 5:00 PM CDT if no site visit is held. Quotes are due by April 9, 2026, at 5:00 PM CDT. The evaluation criteria prioritize price over technical capability. The contractor must comply with FAA Advisory Circular AC 150/5320-12C and applicable ASTM standards. Testing must be conducted under wet conditions. Deliverables include pre-performance certifications and formal test reports within five business days of completion of each testing event. The contractor shall not submit an invoice until the report is formally accepted by the contracting officer. An end-of-year summary report is also required. A Quality Control Plan (QCP) must be submitted within 10 calendar days of contract award. The contractor and all personnel must comply with all Laughlin AFB security requirements for base access and airfield driving. Flightline driving training and certification will be required. The contractor is responsible for environmental compliance and liable for penalties, fines, or environmental damage claims. Insurance requirements are in accordance with contract terms. Contractor employees are prohibited from possessing weapons, firearms, or ammunition on base. Controlled Unclassified Information (CUI) requirements must be complied with. Antiterrorism awareness training is mandatory. Information security and operational security (OPSEC) measures must be followed. The workload estimate includes up to 4 tests per year for each of the four specified runways.
The contractor is responsible for coordinating with the Contracting Officer (CO) and airfield management to select the final, specific testing date within the confirmed performance week. All testing shall be scheduled and performed during non-flying hours within the third calendar week following the week in which the call is issued. Once airfield access is granted, the contractor shall complete friction testing on all four runways within 72 hours during non-flying hours. Formal test reports are due no later than 5 business days after completion of each testing event. The end-of-year summary report is due within 15 calendar days of the final test of the contract year.
The bid notice states that the contractor shall not submit an invoice for services until the Contracting Officer has formally accepted the report. Payment terms are not explicitly detailed beyond this requirement.
The government will award a Blanket Purchase Agreement (BPA) to the responsible offeror whose offer conforms to the solicitation requirements and is determined to be most advantageous to the government, price and other factors considered. Price is more important than technical capability.
The contractor must provide certified and FAA-approved continuous friction measuring equipment (CFME), a suitable vehicle, and a trained operator. They must ensure certified backflow prevention for all water filling operations. Prior to the first testing event, the contractor shall submit a copy of the FAA equipment approval for their CFME. Operator training certification, CFME calibration certificate, and proof of certified backflow prevention are required pre-performance certifications.
The contractor is responsible and liable for penalties, fines, or environmental damage claims that may be required or assessed by the local, state, or federal governments as a result of the contractor's performance, or failure to perform, during the course of this contract. In addition, the contractor may be subject to contractual sanctions including, but not limited to, termination, suspension, debarment, and adverse past performance assessment.
An optional site visit will be made available on April 3, 2026, at 3:00 PM CDT. Interested offerors must RSVP no later than April 2, 2026, at 5:00 PM CDT.
If a site visit is held, all questions must be submitted one business day after the site visit. If there is no site visit, all questions relating to the solicitation are due by 5:00 PM CDT on April 6, 2026.