DAFB Group Exercise Instructor
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 the Air Force is conducting a Sources Sought / Request for Information (RFI) to identify potential sources for Group Exercise Instructor services at the gym on Dover Air Force Base, DE. This market research aims to determine the appropriate acquisition strategy, including whether a small business set-aside is suitable. Responses are due by January 23, 2026, at 3:30 PM EST.
Scope of Work
The requirement is for a contractor to provide all personnel, labor, equipment (including two wireless headset microphones), supplies, and supervision necessary to deliver group fitness classes at Dover AFB. Classes are expected to include beginner, intermediate, and advanced low impact/high intensity floor aerobics, kickboxing, indoor cycling, Pilates, yoga, and Extreme Fitness. The contractor will be responsible for setting up and cleaning exercise rooms and providing music. A minimum of 28 and a maximum of 36 classes per month (up to 432 annually) are anticipated. Instructors must hold current certifications from Air Force accepted organizations and CPR certification.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- Set-Aside: Anticipated Total Small Business Set-Aside (NAICS 611620, Sports and Recreation Instruction)
- Response Due: January 23, 2026, 3:30 PM EST
- Published: January 15, 2026
- Place of Performance: Dover AFB, DE 19902
- Anticipated Contract Structure (from Draft SOW): Base year plus four (4) option years.
Information Requested from Respondents
Interested parties are invited to provide:
- Company name, address, CAGE Code, SAM UEI, and main point of contact.
- A capability statement demonstrating ability to meet the requirement.
- Business type (e.g., Small Business, 8(a), HUBZone, WOSB, SDVOSB) based on NAICS 611620.
- Feedback on the proposed NAICS (611620) and PSC (G003).
- Information on current contracts for similar services (IDIQ/GWAC).
- Details of projects completed in the past five years for similar scope, including government contracts, prime/subcontractor role, and dollar values.
- Questions/feedback on the Draft Statement of Work (SOW).
- Feedback on the reasonableness of SOW Section 1.2 (Evaluation Criteria) and clarity of Section 1.3 (Areas of Responsibility).
Submission Details
Responses must be no more than two pages (single-spaced, front and back, Times New Roman font size 12 or equivalent) and sent via email to Daniel Kim (daniel.kim.55@us.af.mil), Victoria Barra (victoria.barra@us.af.mil), or 436CONS.PKB.ORG@us.af.mil. This is for market research only and does not guarantee a future solicitation. No reimbursement will be made for response costs.