Loading...
FA700026Q0032
Response Deadline
Apr 13, 2026, 9:00 PM(MDT)8 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
PART I - REQUIREMENT DESCRIPTION
The 10th Force Support Squadron (10 FSS) requires non-personal services for a summer caretaker at the Farish Recreation Area located at 12005 Rampart Range Road, Woodland Park, CO 80863. This is a Non-Appropriated Fund (NAF) procurement and is therefore subject to the guidance of the Department of the Air Force Manual (DAFMAN) 64-119, NAF Contracting Procedures. It does not obligate appropriated funds of the United States Government. Non-appropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase DOES NOT involve federal tax dollars.
Scope of Work
The contractor shall provide non-personal services for the surveillance, security, and after-hours guest support for the Farish Recreation Area. Duties include, but are not limited to, conducting routine checks of facilities, ensuring guest compliance with regulations, providing after-hours check-in support, and providing initial response and notification for emergencies. The complete and detailed requirements for this effort are specified in Attachment 1 – Performance Work Statement.
Period of Performance (PoP)
The contract will be for one Base Year with the possibility of two (2) one-year Option Years.
• Base Year PoP: 1 May 2026 – 18 October 2026
• Option Year 1 PoP: 1 May 2027 – 17 October 2027
• Option Year 2 PoP: 1 May 2028 – 15 October 2028
Government-Furnished Property and Support
The Government will provide one (1) RV site (50-foot pad) with water, sewage, and electrical hookups at no cost to the contractor for the duration of the contract, as well as other support outlined in Section 5.2 of the performance work statement (PWS).
Contractor-Furnished Property
The contractor will provide, at their own expense, a suitable mobile home or Recreational Vehicle (RV) for living, a personal vehicle, and liability insurance as detailed in Section 2.2 of the PWS.
PART 2 - INSTRUCTIONS TO OFFERORS
Quote Submission
All quotes must be submitted electronically to: tammy.martin.6@us.af.mil
Quotes are due by 3:00 p.m. MDT on April 13, 2026.
Late quotes may not be considered.
Any questions regarding this RFQ must be submitted electronically to: tammy.martin.6@us.af.mil no later than 7 April 2026 at 3:00 p.m. MDT.
Quote Package
Offerors shall submit a complete quote package consisting of three (3) parts:
Factor 1- Technical, Factor 2 - Past Performance, and Factor 3 - Price.
Factor 1 – Technical:
Offerors will ensure their submissions in this part do not contain any pricing information.
2. Technical Subfactor 2: Resume
Provide a resume detailing your experience, particularly as it relates to the PWS.
Factor 2 - Past Performance:
Factor 3 – Price:
Offerors shall complete the pricing schedule at Attachment 2 - Pricing Schedule Worksheet. The quoted price should be a firm-fixed-price for the base year and each option year. Prices must be rounded to the nearest whole number.
PART 3 - EVALUATION FACTORS FOR AWARD
Award Basis
The Government intends to award a firm-fixed-price contract to the responsible offeror whose quote, conforming to the solicitation, is determined to provide the best value to the Government.
Evaluation Method: Comparative Evaluation
By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. The evaluation process follows:
The Government may perform a comparative evaluation of quotes (comparing vendors to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The Government reserves the right to award to a higher-priced offeror if it is determined that the additional technical merit or superior past performance of that quote outweighs the price difference.
Step 1: Upon receipt of quotes, the Government will evaluate each vendor, factor by factor, and document the noteworthy observations for each vendor for the non-price factor(s).
Step 2: After evaluating all quotes for one factor, the Government will determine which quote to be the most advantageous
Step 3: The Government will continue evaluating the remaining non-price factors repeating steps 1 and 2 above.
Step 4: Lastly, the Government will perform a tradeoff of all factors, to include price, to select the overall best value to the Government.
Tammy Martin
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
U
S
AIR FORCE ACADEMY
FA7000 10 CONS LGC
FA7000 10 CONS LGC
ADMIN ONLY NO REQTN CP 719 333 4019
8110 INDUSTRIAL DR STE 200
USAF ACADEMY, CO, 80840-2303
NAICS
RV (Recreational Vehicle) Parks and Campgrounds
PSC
OPERATION OF RECREATION FACILITIES (NON-BUILDING)