Loading...
FA8630-27-R-B001
Response Deadline
May 27, 2026, 9:00 PM(EDT)23 days
Eligibility
Contract Type
Sources Sought
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
(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:
(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.
David M. Cambron
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE MATERIEL COMMAND
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
FA8630 AFLCMC WFK AFSAC
FA8630 AFLCMC WFK AFSAC
CP 937 656 3518
1940 ALLBROOK RD BLDG 1
WRIGHT PATTERSON AFB, OH, 45433-5337
NAICS
All Other Support Services
PSC
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
Set-Aside
No Set aside used