Atlanta Firing Range Services

SOL #: 70T05026Q6115N003Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Transportation Security Administration
MISSION ESSENTIALS
Springfield, VA, 20598, United States

Place of Performance

Atlanta, GA

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

Lease/Rental Of Recreational Buildings (X1FB)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Apr 21, 2026
3
Submission Deadline
Apr 24, 2026, 6:00 AM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Homeland Security (DHS), specifically the Transportation Security Administration (TSA), is soliciting proposals for Atlanta Firing Range Services. This unrestricted Request for Quotation (RFQ) seeks an established live-fire firearms range in the Atlanta, GA area to support mandatory quarterly qualifications and other firearms training for DHS personnel. Quotes are due by April 24, 2026, at 10:00 AM local time.

Scope of Work

The requirement is for the use/rental of an existing, established firing range, not construction. The range must be within 35 miles of Centre Pkwy and Camp Creek Pkwy in East Point, GA, and accessible within a 1-hour drive. Key specifications include:

  • Range Type: One (1) all-weather live-fire range with at least 12 firing points.
  • Surface: Fully concreted with distinct shooting positions at 1.5, 3, 7, 15, and 25 yards.
  • Amenities: Firearms cleaning area, secure storage, parking for up to 25 vehicles, male/female washrooms, a dedicated securable DHS storage unit, electrical outlets, and a public address system. A classroom facility with a whiteboard is also required.
  • Usage: The range will be used by FAMS personnel approximately 30 days per quarter (8 hours/day), with an anticipated 80,000 rounds shot per quarter. Government personnel will have priority scheduling with 30 days' advance notice.
  • Operational Requirements: The range must be closed to the public during use, accommodate low light/night fire drills, support all handgun calibers including frangible ammunition, and allow for movement-oriented training (e.g., drawing from holster, rapid-fire, movement between firing points, use of barricades).
  • Compliance: The contractor is responsible for complying with all local, state, and federal regulations, including lead exposure standards. Disposal of contaminants must also comply with regulations.

Contract & Timeline

  • Contract Type: Firm Fixed Price (FFP)
  • Duration: A base period of 365 days, with four (4) one-year option periods. Proposals should price for a minimum of 120 days per year.
  • Set-Aside: Unrestricted
  • Solicitation Number: 70T05026Q6115N003
  • NAICS Code: 713990 (Recreation Industries) with a $9.0M small business size standard.
  • Quotes Due: April 24, 2026, at 10:00 AM local time.
  • Questions Due: March 30, 2026, at 2:00 PM Eastern Time.
  • Published Date: April 17, 2026.

Evaluation & Submission

Award will be made using a Lowest Price Technically Acceptable (LPTA) selection process. Quotes will be evaluated on:

  1. Technical Acceptability: Rated "acceptable" or "unacceptable" based on meeting all SOW criteria.
  2. Past Performance: Rated "acceptable" or "unacceptable" based on government-sourced records (e.g., CPARS). Unknown past performance is considered "acceptable." Offerors are not required to submit references.
  3. Price: Price analysis will be conducted for reasonableness. The Government may not evaluate all quotes, proceeding sequentially from the lowest-priced technically acceptable offer.

Submission Requirements include:

  • Completed Pricing schedule.
  • Acknowledgement of Statement of Work requirements.
  • Most recent Lead Testing results in accordance with OSHA.
  • Applicable fill-in clauses and provisions.
  • Subcontractor Agreement (if applicable).

Additional Notes

Offerors must be registered in SAM.gov. The Government reserves the unilateral right to terminate the contract if OSHA standards are not met. Electronic submission of payment requests via the Invoice Processing Platform (IPP) is required. Primary Contact: Delisa Hawkins (Delisa.Hawkins@tsa.dhs.gov).

People

Points of Contact

Delisa HawkinsPRIMARY
Kurt AllenSECONDARY

Files

Files

Download
Download
Download

Versions

Version 4
Combined Synopsis/Solicitation
Posted: Apr 21, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 17, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Mar 23, 2026
View