Opportunity
SAM #FA3099-26-Q-1010
On-Call Runway Friction Testing Services for Laughlin AFB and Spofford Auxiliary Airfield
Buyer
47th Flying Training Squadron
Posted
April 01, 2026
Respond By
April 10, 2026
Identifier
FA3099-26-Q-1010
NAICS
541380, 237310
This opportunity involves the U.S. Air Force's need for on-call runway friction testing services at Laughlin Air Force Base and Spofford Auxiliary Airfield in Texas. - Government Buyer: - Department of Defense, Department of the Air Force, Air Education and Training Command (AETC), 47th Flying Training Wing, FA3099 47 CONF CC - Services Requested: - On-call airfield runway friction testing for three runways at Laughlin AFB and one at Spofford Auxiliary Airfield - Estimated annual quantity: 4 friction testing services - Testing must use FAA-approved Continuous Friction Measuring Equipment (CFME) with certified operators - Testing performed under wet conditions, with controlled water depth, and in compliance with FAA Advisory Circular 150/5320-12C and ASTM standards (e.g., ASTM E274, E1551) - Testing to be completed within 72 hours of airfield access approval and during non-flying hours - Deliverables include pre-performance certifications, formal test reports within five business days, and annual summary reports - Unique/Notable Requirements: - Strict compliance with FAA and ASTM standards - Timely reporting and maintenance recommendations for rubber removal - Adherence to security, safety, and environmental requirements - 100% Small Business Set-Aside - No specific OEMs or vendors are named in the solicitation - Period of performance: Base year of 12 months with up to four one-year option periods (maximum five years total) - Place of performance: Laughlin Air Force Base and Spofford Auxiliary Airfield, Texas
Description
Description:
This is a solicitation issued in accordance with Revolutionary FAR Overhaul (RFO) Part 12 for the establishment of a Blanket Purchase Agreement (BPA) for on-call airfield runway friction testing services. Services are to be provided for three (3) runways at Laughlin Air Force Base, Texas, and one (1) runway at Spofford Auxiliary Airfield. This solicitation is for commercial services under the Simplified Acquisition Threshold (SAT).
This BPA will allow the Government to issue firm-fixed-price orders for Friction Testing Services on an as-needed basis. The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items necessary to perform runway friction testing in accordance with the standards outlined in this solicitation.
This acquisition is a 100% Small Business Set-Aside.
The North American Industry Classification System (NAICS) code for this requirement is 237310 – Highway, Street, and Bridge Construction, with a corresponding small business size standard of $19.0 million. The Product Service Code (PSC) is H217 – Equipment and Materials Testing-Aircraft Launching, Landing, and Ground Handling Equipment.
Although this solicitation to establish a BPA package contains all items necessary so that Quotes can be submitted, an optional site visit will be made available on 03 April, 2026 at 3:00PM (CDT). Any offeror that is interested in attending the optional site visit must RSVP no longer than 02 April, 2026 at 5:00PM (CDT). Send RSVP request to SSgt Ian Monis at ian_jenne_sai.monis@us.af.mil AND Mr. Jesus Valdez at jesus.valdez.1@us.af.mil.
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 5:00PM (CDT) 06 Apr, 2026.
A list of the government personnel authorized to place orders under the BPA will be made available upon BPA award.
BPA FUNDING ADVISORY: This solicitation is for the potential establishment of a BPA; however, funds for future orders placed against the BPA are NOT yet available. The Government expressly reserves the right to cancel this solicitation, without incurring any obligation to compensate offerors for costs related to their submissions.
Scope of Work:
The contractor shall:
Conduct testing at Laughlin AFB (runways 13L/31R, 13C/31C, 13R/31L) and Spofford Auxiliary Airfield (runway 13/31). Use FAA-approved Continuous Friction Measuring Equipment (CFME) and comply with FAA Advisory Circular 150/5320-12C and applicable ASTM standards (e.g., ASTM E274, E1551). Ensure testing is conducted under wet conditions, with controlled water depth as specified in the standards. Provide timely reports on friction testing results, including maintenance recommendations for rubber removal. Complete all testing within 72 hours of airfield access approval, during non-flying hours.
The full Performance Work Statement (PWS) is attached to this solicitation and provides detailed technical specifications and deliverables.
BPA Terms and Conditions:
The BPA will include the following terms and conditions:
Scope of Agreement:
<ul>
<li>The BPA will establish a mechanism for ordering runway friction testing services at Laughlin AFB and Spofford Auxiliary Airfield.</li>
</ul>
</li>
<li><strong>Period of Performance</strong>:
<ul>
<li>The BPA will have a base period of 12 months with up to four (4) one-year option periods.</li>
</ul>
</li>
<li><strong>Individual Call Limitations</strong>:
<ul>
<li>Each individual call/order under this BPA will not exceed the Simplified Acquisition Threshold (SAT) of <strong>$350,000</strong>.</li>
</ul>
</li>
<li><strong>Authorized Ordering Personnel</strong>:
<ul>
<li>Only authorized Government representatives will be allowed to place orders under this BPA.</li>
</ul>
</li>
<li><strong>Pricing</strong>:
<ul>
<li>Prices shall be firm-fixed-price per call/order and must be provided as part of the contractor’s quotation. Pricelist will be updated annually – Jan thru Dec.</li>
</ul>
</li>
<li><strong>SCHEDULE OF SERVICES</strong>
<ul>
<li>The following is a list of Contract Line Item Numbers (CLINs) for the period of performance on an annual basis. The Government will only pay for services ordered via firm-fixed-price calls placed against the BPA.</li>
<li>CLIN Description Est. Qty Unit Unit Price Total Price</li>
<li>0001 Friction Testing 4 Each $ ________ $ ________</li>
</ul>
</li>
Evaluation Criteria:
The Government will award a Blanket Purchase Agreement (BPA) as a result of this solicitation 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, in accordance with the Performance Work Statement (PWS).
The following evaluation factors will be used to evaluate offers, listed in descending order of importance. Price is more important than technical capability.
Factor 1: Technical Approach
Description: This factor evaluates the offeror's understanding of the requirements outlined in the PWS, the feasibility and effectiveness of their proposed approach, and their ability to meet or exceed the performance requirements for friction testing.
Subfactors:
Subfactor 1.1: Understanding of the Requirements
Evaluation Criteria:
Demonstrates a clear understanding of the runway friction testing requirements at Laughlin AFB and Spofford Auxiliary Airfield, as outlined in the PWS.
Addresses the need for compliance with FAA Advisory Circular 150/5320-12C and applicable ASTM standards.
Describes a feasible and effective approach for performing friction testing on the specified runways under the required conditions (e.g., wet conditions, specific speeds, and test locations).
Subfactor 1.2: Equipment and Personnel Certifications
Evaluation Criteria:
Provides evidence of FAA-approved Continuous Friction Measuring Equipment (CFME) and certifications for compliance with FAA and ASTM standards.
Includes documentation demonstrating that operators are certified and trained to conduct friction testing in compliance with the PWS.
Subfactor 1.3: Performance Schedule and Coordination
Evaluation Criteria:
Offers a clear and realistic schedule for completing friction testing within 72 hours of airfield access approval, during non-flying hours.
Describes a detailed coordination plan with the Laughlin AFB Airfield Management and Air Traffic Control (ATC) to schedule testing during airfield closures.
Subfactor 1.4: Quality Control
Evaluation Criteria:
Demonstrates the ability to provide a quality control plan to ensure all testing complies with FAA and ASTM standards.
Describes procedures on submitting the required formal test report outlining maintenance and rubber removal recommendations based on the PWS specifications.
Factor 2: Price
Description: This factor evaluates the reasonableness and competitiveness of the offeror's proposed pricing for friction testing services, including all required labor, equipment, travel, and other associated costs.
Evaluation Criteria:
Price Reasonableness: The proposed pricing will be compared to other quotes received, historical pricing data, and independent Government estimates to determine if it is fair and reasonable. Quotes will be evaluated based on the following factors:
Submission Instructions:
Quote Submission:
<ul>
<li>Contractors shall submit their quotes via email to SSgt Ian Monis at ian_jenne_sai.monis@us.af.mil <strong>AND</strong> Mr. Jesus Valdez at jesus.valdez.1@us.af.mil no later than <strong>09 April 2026, 5:00PM (CDT)</strong>.</li>
</ul>
</li>
<li><strong>Quote Content</strong>:
<ul>
<li>Technical proposals must be in PDF format, limited to 10 pages (excluding Cover letter), and address each subfactor listed under Evaluation Criteria.</li>
<li>Cover Letter: Include the solicitation number, company name, point of contact information, DUNS/UEI number, and CAGE code.</li>
<li>Technical Proposal: Address how your company will meet the requirements of the PWS, including equipment, personnel, and certifications.</li>
<li>Price Quote: Provide firm-fixed-pricing for friction testing services, with a breakdown of costs per order/call and any additional costs (e.g., mobilization/demobilization).</li>
<li>Any applicable prompt payment discounts terms.</li>
<li>Length of time quote is valid</li>
</ul>
</li>
Applicable Clauses and Provisions:
It is the responsibility of the offeror to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website, https://www.acquisition.gov/far-overhaul.
The following RFO provisions and clauses apply to this acquisition:
Clauses Incorporated by Full Text:
52.219-28: Postaward Small Business Program Rerepresentation, Jan 2025
(a) Definitions. As used in this clause—
Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority.
Small business concern—
(1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in its field of operation, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause.
(2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103.
(b) If the Contractor represented that it was a small business concern, a small disadvantaged business concern, or a joint venture that was any of the small business concerns identified in 19.000(a)(3) prior to award of this contract, the Contractor shall rerepresent its size and socioeconomic status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon occurrence of any of the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract.
(3) For long-term contracts-
(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and
(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.
(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code(s) assigned to this contract. The small business size standard corresponding to this NAICS code(s) can be found at https://www.sba.gov/document/support--table-size-standards.
(d) The small business size standard for a Contractor providing an end item that it does not manufacture, process, or produce itself, for a contract other than a construction or service contract, is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition—
(1) Was set aside for small business and has a value above the simplified acquisition threshold;
(2) Used the HUBZone price evaluation preference regardless of dollar value, unless the Contractor waived the price evaluation preference; or
(3) Was an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value.
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation(s) required by paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting officer in writing within the timeframes specified in paragraph (b) of this clause, that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed:
(1) The Contractor represents that it □ is, □ is not a small business concern under NAICS Code 541380 assigned to contract number _____.
(2) [Complete only if the Contractor represented itself as a small business concern in paragraph (g)(1) of this clause.] The Contractor represents that it □ is, □ is not, a small disadvantaged business concern as defined in 13 CFR 124.1001.
(3) Women-owned small business (WOSB) joint venture eligible under the WOSB Program. The Contractor represents that it □ is, □ is not a joint venture that complies with the requirements of 13 CFR 127.506(a) through (c). [ The Contractor shall enter the name and unique entity identifier of each party to the joint venture: __.]
(4) Economically disadvantaged women-owned small business (EDWOSB) joint venture. The Contractor represents that it □ is, □ is not a joint venture that complies with the requirements of 13 CFR 127.506(a) through (c). [ The Contractor shall enter the name and unique entity identifier of each party to the joint venture: __ .]
(5) Service-disabled veteran-owned small business (SDVOSB) joint venture eligible under the SDVOSB Program. The Contractor represents that it □ is, □ is not an SDVOSB joint venture eligible under the SDVOSB Program that complies with the requirements of 13 CFR 128.402. [ The Contractor shall enter the name and unique entity identifier of each party to the joint venture: __.]
(6) HUBZone joint venture eligible under the HUBZone Program.[ Complete only if the offeror is a HUBZone small business concern. ] The offeror represents, as part of its offer, that It □ is, □ is not a HUBZone joint venture that complies with the requirements of 13 CFR 126.616(a) through (c). [ The Contractor shall enter the name and unique entity identifier of each party to the joint venture: __. ] Each HUBZone small business concern participating in the HUBZone joint venture must be certified as a HUBZone concern. [ Contractor to sign and date and insert authorized signer's name and title.___________________ ]
(End of clause)
52.222-42: Statement of Equivalent Rates for Federal Hires, May 2014
In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor ( 29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C.5341 or 5332.
This Statement is for Information Only: It is not a Wage Determination
Employee Class: $15.60 Monetary Wage-Fringe Benefits: $5.55
(End of clause)
52.252-1: Solicitation Provisions Incorporated by Reference, Feb 1998
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1.
(End of provision)
52.252-2: Clauses Incorporated by Reference, Feb 1998
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1.
(End of clause)
52.252-3: Alterations in Solicitation, Apr 1984
Portions of this solicitation are altered as follows: None
(End of clause)
52.252-4: Alterations in Contract, Apr 1984
Portions of this contract are altered as follows: None
(End of clause)
252.232-7006: Wide Area WorkFlow Payment Instructions, Jan 2023
(a) Definitions. As used in this clause—
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that
uniquely identifies a unit, activity, or organization.
“Document type” means the type of payment request or receiving report available
for creation in Wide Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification
when payment certification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003,
Electronic Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically
process vendor payment requests and receiving reports, as authorized by Defense
Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall—
(1) Have a designated electronic business point of contact in the System for
Award Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-bystep procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the
WAWF Web-Based Training Course and use the Practice Training Site before
submitting payment requests through WAWF. Both can be accessed by selecting the
“Web Based Training” link on the WAWF home page at https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via
web entry, Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information
when submitting payment requests and receiving reports in WAWF for this contract or
task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the
following document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials,
submit a cost voucher.
(ii) For fixed price line items—
(A) That require shipment of a deliverable, submit the invoice and
receiving report specified by the Contracting Officer.
(Contracting Officer: Insert applicable invoice and receiving report document type(s) for
fixed price line items that require shipment of a deliverable.)
(B) For services that do not require shipment of a deliverable, submit
either the Invoice 2in1, which meets the requirements for the invoice and receiving
report, or the applicable invoice and receiving report, as specified by the Contracting
Officer.
__________________Invoice 2 in 1___________________________________
(Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and
receiving report document type(s) for fixed price line items for services.)
(iii) For customary progress payments based on costs incurred, submit a
progress payment request.
(iv) For performance based payments, submit a performance based
payment request.
(v) For commercial financing, submit a commercial financing request.
(2) ) Fast Pay requests are only permitted when Federal Acquisition Regulation
(FAR) 52.213-1 is included in the contract.
[Note: The Contractor may use a WAWF “combo” document type to create some
combinations of invoice and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing
Data Table below only to fill in applicable fields in WAWF when creating payment
requests and receiving reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC: F87700
Issue By DoDAAC: FA3099
Admin DoDAAC: FA3099
Inspect By DoDAAC: F2R3C1
Ship To Code: N/A
Ship From Code: N/A
Mark For Code: N/A
Service Approver (DoDAAC): N/A
Service Acceptor (DoDAAC): FA3099
Accept at Other DoDAAC: N/A
LPO DoDAAC: N/A
DCAA Auditor DoDAAC: N/A
Other DoDAAC(s): N/A
(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship
to/acceptance locations apply, insert “See Schedule” or “Not applicable.”)
(**Contracting Officer: If the contract provides for progress payments or performancebased payments, insert the DoDAAC for the contract administration office assigned the
functions under FAR 42.302(a)(13).)
(4) Payment request. The Contractor shall ensure a payment request includes
documentation appropriate to the type of payment request in accordance with the
payment clause, contract financing clause, or Federal Acquisition Regulation 52.216-7,
Allowable Cost and Payment, as applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the
requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from
the following contracting activity’s WAWF point of contact.
(Contracting Officer: Insert applicable information or “Not applicable.”)
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
(End of clause)
In addition to the clauses listed above, the following clauses and provisions are applicable to this acquisition and are incorporated by reference:
52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements, Jan 2017 52.204-7: System for Award Management—Registration, Nov 2024 52.204-13: System for Award Management Maintenance, Oct 2018 52-204-10: Reporting Executive Compensation and First-Tier Subcontract Awards, Jun 2020 52.204-19: Incorporation by Reference of Representations and Certifications, Dec 2014 52.209-6: Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, Jan 2025 52-209-10: Prohibition on Contracting with Inverted Domestic Corporations, Nov 2015 52.212-1: Instructions to Offerors—Commercial Products and Commercial Services, Sep 2023 52.212-4: Contract Terms and Conditions—Commercial Products and Commercial Services, Nov 2023 52.217-2: Cancellation Under Multi-year Contracts, Oct 1997 52.219-6: Notice of Total Small Business Set-Aside, Nov 2020 52.222-3: Convict Labor, Jun 2003 52.222-35: Equal Opportunity for Veterans, Jun 2020 52.222-36: Equal Opportunity for Workers with Disabilities, Jun 2020 52.222-37: Employment Reports on Veterans, Jun 2020 52.222-41: Service Contract Labor Standards, Aug 2018 52.222-50: Combating Trafficking in Persons, Oct 2025 52.222-54: Employment Eligibility Verification, Jan 2025 52.222-55: Minimum Wages for Contractor Workers Under Executive Order 14026, Jan 2022 52.222-62: Paid Sick Leave Under Executive Order 13706, Jan 2022 52.223-5: Pollution Prevention & Right-To-Know Information, May 2024 52.223-11: Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons, May 2024 52.223-23: Sustainable Products and Services, May 2024 52.226-8: Encouraging Contractor Policies to Ban Text Messaging While Driving, May 2024 52.232-18: Availability of Funds, Apr 1984 52.232-33: Payment by Electronic Funds Transfer—System for Award Management, Oct 2018 52.232-39: Unenforceability of Unauthorized Obligations, Jun 2013 52.232-40: Providing Accelerated Payments to Small Business Subcontractors, Mar 2023 52.233-3: Protest after Award, Aug 1996 52.233-4: Applicable Law for Breach of Contract Claim, Oct 2004 52.240-90: Security Prohibitions and Exclusions Representations and Certifications, Dec 2025 52.240-91: Security Prohibitions and Exclusions, Dec 2025 252.203-7000: Requirements Relating to Compensation of Former DoD Officials, Sep 2011 252.203-7002: Requirement to Inform Employees of Whistleblower Rights, Dec 2022 252.203-7005: Representation Relating to Compensation of Former DoD Officials, Sep 2022 252.204-7004: Antiterrorism Awareness Training for Contractors, Feb 2026 252.204-7016: Covered Defense Telecommunications Equipment or Services—Representation, Dec 2019 252.225-7012: Preference for Certain Domestic Commodities, Apr 2022 252.225-7048: Export-Controlled Items, Jun 2013 252.225-7056: Prohibition Regarding Business Operations with the Maduro Regime, Jan 2023 252.225-7060: Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region, Jun 2023 252.232-7010: Levies on Contract Payments, Dec 2006 252.237-7010: Prohibition on Interrogation of Detainees by Contractor Personnel, Jan 2023 252.244-7999: Subcontracts for Commercial Products or Commercial Services, 252.247-7023: Transportation of Supplies by Sea—Basic, Oct 2024
Attachments:
The following documents are attached to this solicitation:
Attachment 1: Performance Work Statement (PWS) for Friction Testing Services. Attachment 2: Wage Determination 2015-5303 Rev. 30, 03 Dec 2025.
Additional Information:
Ombudsman: An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.
Point of Contact:
For questions or additional information, contact the Contracting Officer at:
Name: Jesus Valdez Email: jesus.valdez.1@us.af.mil Phone: 830-298-5175
Final Notes:
If you need any additional support (e.g., reviewing the PWS, clauses, or attachments), feel free to ask!