Opportunity
SAM #A061159
Sources Sought: Recurring Runway Friction Testing Services at Joint Base Charleston
Buyer
628th Combat Sustainment Support Battalion
Posted
April 08, 2026
Respond By
April 22, 2026
Identifier
A061159
NAICS
488119, 541380
The U.S. Air Force at Joint Base Charleston is seeking small business sources for recurring runway friction testing services at both the main base and North Auxiliary Airfield in South Carolina. - Government Buyer: - U.S. Air Force, Air Mobility Command, 628th Contracting Squadron (628 CONS PK) at Joint Base Charleston - Services Requested: - Recurring aircraft runway friction testing and inspection using Continuous Friction Measuring Equipment (CFME) - Includes test scheduling, equipment calibration, friction measurements on multiple runways, retesting as needed, and final report submission - Mobilization services for travel, lodging, meals, and incidental expenses for each testing event - Requirements: - Contractor must provide all labor, supervision, equipment, materials, and transportation - Testing must be performed quarterly (minimum four times per year) with alternate dates designated - Retesting required within 14 business days if needed - Final reports due within 7 calendar days after testing; government review within 5 business days - Compliance with all federal, state, local regulations, Air Force Instructions, manufacturer’s maintenance manuals, and industry standards - Emphasis on safety, communication, and airfield driving compliance - No government-furnished equipment except utilities and radio communication - OEMs and Vendors: - No specific OEMs or vendors are named; the government is interested in the types of CFME equipment used by potential contractors - Unique/Notable Requirements: - Contractors must detail company capabilities, experience, equipment, and personnel qualifications - This is a sources sought notice for market research, not a solicitation or request for quotation
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT.
Joint Base Charleston, located in Charleston, SC seeks a contractor to provide all labor, supervision, equipment, materials and transportation required to perform recurring aircraft runway inspections using Continuous Friction Measuring Equipment (CFME). The contractor is responsible for providing services at Joint Base Charleston - Air Base (JB CHS – AB) and North Auxiliary Airfield (JB CHS – NAAF) located in SC. The contractor shall provide services to include test scheduling, equipment calibration, testing coordination, friction inspection and testing, retesting, and final report generation. JB CHS-AB shares its runways with Charleston International Airport. It operates two concrete runways: Runway 15/33 (9,001 ft x 150 ft) and Runway 3/21 (7,000 ft x 150 ft). Additionally, the geographically separated North Auxiliary Airfield, approximately 92 miles northwest of JB-CHS, operates two asphalt runways: Runway 6/24 (12,000 ft x 150 ft) and Runway 5/23 (3,000 ft x 90 ft). Regular friction testing is critical for ensuring the safety of all aircraft operations. All work shall be performed in accordance with the contracts performance work statement (PWS) and shall comply with all federal, state, local laws and regulations, latest editions of Air Force Instructions (AFI), manufacturer’s maintenance manuals, and applicable industry standards.
The Government is seeking responses from all qualified small businesses. Those wishing to identify their capability to provide their aforementioned services should respond to this announcement via email to luke.jackson@us.af.mil and taylor.mcdaniel.1@us.af.mil no later than Wednesday, 22 April 2026 at 5:00 PM Eastern Daylight Time.
Interested parties should provide the following information:
(1) Company Name, Company Address, Point of Contact, Phone Number, Email Address, DUNS number, and CAGE Code.
(2) Capability Statement and/or information you wish to provide about your business.
(3) Three customer references to which your business has provided similar services.
(4) Your small business size representation for NAICS 488119 – Other Airport Operations (e.g., is your business small or large? If small, is your business VOSB, SDVOSB, WOSB, EDWOSB, HUBZone, 8(a), etc.?). The Size Standard for NAICS 488119 is $40M.
(5) Do you believe this acquisition should be assigned a different NAICS other than NAICS 488119 – Other Airport Operations? If so, which one?
(6) Do you believe this acquisition should be assigned a different PSC other than Z1BD - Maintenance of Airport Runways and Taxiways? If so, which one?
(7) Describe your company's experience providing runway friction testing services, particularly for Government or military airfields.
(8) What types of Continuous Friction Measuring Equipment (CFME) does your company use?
(9) Briefly describe your standard procedures for equipment calibration and maintenance.
(10) What are the general qualifications and training of the personnel who perform testing on active airfields? Are there any additional certifications that your company requires personnel to obtain?
(11) What is your company’s capacity for servicing multiple, geographically separate locations?
(12) How does your company typically coordinate with on-site personnel to schedule testing and ensure operational safety?
(13) What kind of data and analysis is typically included in your final test reports?
(14) What is the standard commercial and/or Government pricing structure for this type of service (e.g., Firm-Fixed-Price per testing event, per runway, etc.)? If your pricing is affected by the need to service two separate locations on different days due to weather or operational delays, please explain how.
(15) After reviewing the attached draft Performance Work Statement (PWS), are there any requirements you consider unclear, overly restrictive, or in conflict with standard industry practices? If so, please provide specific section references and your recommendations.
Responses to this announcement shall be made via email to luke.jackson@us.af.mil and taylor.mcdaniel.1@us.af.mil no later than Wednesday, 22 April 2026 at 5:00 PM Eastern Daylight Time.
THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT" SHALL NOT BE CONSTRUED AS A REQUEST FOR QUOTATION. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.