Opportunity

SAM #FA8630-27-R-B001

USAF Seeks Security Oversight Services for F-16 and Weapon Systems in Pakistan

Buyer

AFLCMC WFK AFSAC

Posted

May 04, 2026

Respond By

May 27, 2026

Identifier

FA8630-27-R-B001

NAICS

561210, 561990, 561612, 561621, 928110

The United States Air Force, through the Air Force Security Assistance and Cooperation (AFSAC) Directorate at Wright-Patterson Air Force Base, is seeking contractor support for security oversight of F-16 and related weapon systems in Pakistan. - Government Buyer: - United States Air Force, Air Force Security Assistance and Cooperation (AFSAC) Directorate, Wright-Patterson Air Force Base - OEMs and Vendors: - No specific OEMs or vendors are named in the opportunity - Products/Services Requested: - Security oversight for F-16 and related weapon systems at two Pakistan Air Force bases and the US Embassy - Includes conducting security checklists, 24/7 physical security, roving patrols, mission control center operations, and documentation - Dining facility and food supply oversight - Monitor and report on food safety and adequacy - Facility maintenance oversight - Monitor, report, and prioritize facility maintenance and repairs - Vehicle fleet management oversight - Oversee vehicle fleet management and maintenance, ensure property accountability - Property accountability and key control - Maintain documentation for government-furnished equipment and key control - Staff hiring, training, and management - Manage hiring, training, clearances, visas, compliance documentation, and staff cycles - Embassy liaison support - Provide liaison and reporting support at the US Embassy in Pakistan - Unique or Notable Requirements: - Contractor must provide 24/7 staffing for physical security and facility/dining oversight - Experience required in physical security, facility and food oversight, vehicle fleet management, and embassy liaison support - Ability to operate in Pakistan, including securing necessary clearances, visas, and compliance documentation for in-country personnel - Contract includes both firm-fixed-price and cost-reimbursable elements - One-year base period with two single-year option periods

Description

SOURCES SOUGHT SYNOPSIS

Title: Support for the United States Air Force (USAF) Technical Security Team (TST) in Pakistan for the F-16 and related weapon system security oversight.

THIS DOCUMENT IS FOR MARKET RESEARCH PURPOSES ONLY AND IS NOT A REQUEST FOR PROPOSAL/QUOTE.  

The Air Force Security Assistance and Cooperation (AFSAC) Directorate located at Wright-Patterson Air Force Base OH, requests a response of interest and capability to perform this draft requirement synopsis, described below.

No solicitation currently exists. This is not a request for quote, request for proposal, or invitation to bid, nor is this to be construed as a commitment by the U.S. Government (Government) to issue a solicitation or obligation to conduct, fund or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will not reimburse or pay for any information submitted in response to this SSS or any follow-up information requests. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for Foreign Military Sales (FMS) programs.

Information is being collected from all potential sources at this time. Each company responding should indicate their business size: other than small business, small business, small, disadvantaged business, 8(a), woman-owned, economically disadvantaged women-owned, service-disabled veteran-owned, and/or HUBZone in accordance with the stated North American Industry Classification System (NAICS) code and size standard. The NAICS code assigned to this acquisition is 561990 All Other Support Services, with a size standard of 1,000 employees. Firms responding should indicate their size in relation to this NAICS code. All prospective contractors must be registered in the System for Award Management (www.sam.gov) database to be awarded a DOD contract. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees in this effort. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

Any information submitted by respondents to this Sources Sought synopsis is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments.

Anticipated Period of Performance:

Single-Award contract period of performance will consist of a one-year base period (19 June 2027 – 18 June 2028), and two (2) single-year options. The anticipated contract type will be a mix of firm-fixed-price and cost-reimbursable CLINs.

Requirements Description:

The USG is seeking a Contractor capable of providing F-16 and related weapon system security oversight through conduct of specific checklists and procedures, and to provide reported results to the USG client. The Contractor is not directly responsible for End Use Monitoring or Enhanced End Use Monitoring (EUM or EEUM) but supports the USG EUM/EEUM team. The Contractor is solely responsible for the security oversight of the F-16 and related weapon system security status on two (2) Pakistan Air Force (PAF) bases and a liaison at the US Embassy. The Contractor will be provided food, water, living accommodations, security (physical), urgent medical/dental and transportation by the Pakistan Government. The Contractor will bear responsibility for ensuring food supplies are adequate and safe (via Dining Facility monitoring and oversight of food supply (food is provided by the PAF)); that facilities are maintained and repaired (via Facility Oversight monitoring, reporting of a prioritized list to the PAF for their action); that vehicle fleet management is maintained and repaired (vehicle maintenance provided by the PAF) and that all GFE property is accounted for and documented (including maintaining key control).

Security specialists shall have experience in conducting roving patrols, mission control center operations, physical security inspection and documentation of observations over two twelve (12) hour shifts per day to maintain 24 hour/day, 7 day/week security oversight.

Dining and Facility oversight specialists shall have experience conducting operations over a twelve (12) hour shift 24 hours/day, 7 days/week.

The Contractor shall provide staff hiring, training, and management of contractual aspects and invoicing through reach-back to the Contractor Program Office. Further, management of clearances, national objection letters, passports, visas, leave cycles and mission compliance will be documented in required CDRLs.

(end of Requirements Description)

Part I. Capability Survey Questions

What is the socioeconomic status of your organization? Is your company able to perform projects and programs in Pakistan? Have you ever been prohibited from performing work in Pakistan? All in-country personnel will require a current passport, visa and a secret security clearance. Do you have experience securing visa and other required documents for foreign countries?  If yes, provide the contract numbers, time periods, locations and former clients in which this experience was performed. Does your company have an active Facility Security Letter (FCL) and infrastructure to facilitate visa, Synchronized Pre-deployment & Operational Tracker (SPOT) and National Objection Letter (NOC) processing? Do you have experience providing 24/7 physical security checks and air force base surveillance relating to F-16s or comparable weapon systems? Additional experience involves but is not limited to surveillance to security classified documents, RFIDs, and base security access. If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed. Do you have end-use monitoring, enhanced end use monitoring or similar experience to ensure compliance with stringent U.S. mandated end-use restrictions? If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed. Do you have experience in providing Roving vehicle patrols through designated areas, providing a visible deterrent to unwanted activity? If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed. Do you have experience supporting the United States Air Force or Military personnel or operations. If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed. Do you have experience with CCTV camera operations. If yes, provide the contract numbers, time periods, and locations in which this experience was performed. Do you have experience with Artificial Intelligence surveillance devices that use machine learning algorithms to analyze visual data. If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed. Do you anticipate providing these services alone, or will you use a team or subcontractor(s)? What is your preliminary approach in providing a cost-effective method of staffing the requirements at the two (2) bases? Have you provided similar services and how have you managed to streamline personnel required to comply with requirements? How will you maintain full operating capability, especially for the security inspection staff, given impacts of leave, sickness, visa renewal, and staff turnover? Can you provide direct relevant or related experience for this program, even if for a different federal agency? Please provide contract numbers for similar projects for DoD or other Federal clients. Do you have experience of operating and managing two (2) twelve (12) hour shifts? If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed and how you will meet this requirement. Do you have experience in providing food service management or food service oversight? If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed and how you will meet this requirement. Do you have experience providing vehicle fleet management oversight? If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed and how you will meet this requirement. Do you have experience in providing facilities management or facilities oversight? If yes, provide the contract numbers, time periods, locations, and former clients in which this experience was performed and how you will meet this requirement. Do you have DCAA-approved labor and indirect rates? For what timeframe are the rates valid? Do you have a quality control program? Explain the quality control program relating to corrective actions to prevent recurrence of deficiencies. Working in Pakistan may involve uplift for Outside Continental U.S. (OCONUS) long-term assignments. (Danger and Post Hardship Differential Pay) Have you provided these salary adjustments to staff in other programs? Do you have or are you able to procure Defense Base Act (DBA) insurance? Do you have an approved property accountability system? If yes, provide the contract numbers, time periods, and locations in which your property accountability system was performed. Do you have logistics experience procuring and moving cargo in an austere international environment? If yes, provide the contract numbers, time periods, locations, and former client in which this experience was performed and how you will meet this requirement. Do you utilize an in-house or independent security intelligence company for security of in-country personnel to inform you of risk? Do you have experience in providing US Embassy Liaison support to the USG? If yes, provide the contract numbers, time periods, and locations in which this experience was performed and how you will meet this requirement. Do you have experience handling Diplomatic mail? If yes, provide the contract numbers, time periods, and locations in which this experience was performed and how you will meet this requirement. Are you familiar with Operations Security (OPSEC) strategies and methods to reduce program vulnerability from successful adversary collection and exploitation of critical information? If yes, provide the contract numbers, time periods, and locations in which your OPSEC was performed.

(end of Part I: Capability Survey Questions)

Part II. Business Information

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

Company name, physical and mailing address: Points of contact with phone numbers and email addresses: Statement of your intention to submit a bid for this requirement as a Prime contractor: A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees is contemplated in this effort: If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided: Statement as to your capability (including financial) and capacity to perform and manage the work: Statement explaining how your company will perform this work: Statement of business size in relation to the size of your business pursuant to North American Industry Classification System (NAICS) Code: 561990 - All Other Support Services, with a size standard of 1,000 employees. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran- Owned small business, etc.): Provide Unique Entity ID, and Commercial and Government Entity (CAGE) Code:

(end of Part II: Business Information)

Capabilities Package:

All interested firms should submit capability packages that outline their capability to support the USAF Technical Security Team (TST) in Pakistan for the F-16 and related weapon system security oversight. The capabilities package should be brief and concise yet clearly demonstrate an ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Recent relevant experience is defined as performance of the same or similar work. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 25 pages with 12-point font with at least 1” margins.

All correspondence sent via email shall contain a subject line that reads “Pakistan TST Support.” If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure ONLY .pdf, .docx, or .xlsx documents are attached to your email.

Specific questions related to this posting should be submitted no later than 4:00 PM EST, Wednesday 13 May 2026 to ensure Government reply prior to the response deadline below.

RESPONSES ARE DUE NOT LATER THAN * 27 MAY 2026 * BY 4:00 PM EST.

Direct all questions, and submit the capabilities package concerning this acquisition, via e-mail to: David Cambron - Contract Specialist at david.cambron@us.af.mil, and Mark Evans – Contracting Officer at mark.evans.26@us.af.mil.

View original listing