NAF Travel Trailer (Commodity)
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 90th Contracting Squadron at F.E. Warren AFB, WY, is soliciting quotations for one (1) new NAF Travel Trailer (Commodity). This requirement is for the 90th Force Support Squadron to enhance mission readiness and recreational opportunities by providing temporary lodging for personnel. This is a Firm-Fixed-Price contract conducted under full and open competition. Questions are due by March 25, 2026, and quotes by April 2, 2026.
Scope of Work
The vendor shall provide a travel trailer meeting specific salient characteristics, including:
- Accommodations: Sleeps a minimum of eight (8) people.
- Towing & Size: Dry weight under 5,000 lbs, total length under 30 feet, with an electric hitch jack.
- Power System: Factory-installed solar power system with panels and two (2) 6-volt battery solar inverters.
- Utilities: Storage for two (2) propane canisters.
- Configuration: Preferred no slide-outs; maximum one slide-out.
- Compliance: Must meet all DOT requirements and include a minimum 1-year manufacturer's warranty.
- Origin: Must meet Buy American Act (BAA) or Trade Agreement Act (TAA) requirements.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- NAICS Code: 336214 - Travel Trailer and Camper Manufacturing
- Set-Aside: None (Full and Open Competition)
- Place of Performance: F.E. Warren AFB, WY 82005
- Required Delivery: 45 calendar days after contract award
- Questions Due: March 25, 2026, 11:00 AM MST
- Quotes Due: April 2, 2026, 11:00 AM MST
- Published Date: March 9, 2026
Submission Requirements
Offerors must submit the following via email:
- Completed Attachment 1 – Offeror Response Form (company info, compliance).
- Completed Attachment 2 – Pricing and Schedule (unit price, delivery date).
- Manufacturer-provided documentation (MSRP, Invoice, Specification Sheet).
- Firm-Fixed-Pricing for CLIN 0001, including all costs.
- Company Information (CAGE, UEI, POC, Socioeconomic status).
- Discount Terms (if applicable).
Formatting: Electronic submission via email, attachments not exceeding 9 MB (no .zip files), 6-page limit (excluding attachments/specs), 12-point minimum font, Microsoft Word or searchable Adobe PDF preferred.
Evaluation
Award will be made to the offeror whose quote is most advantageous to the Government, based on:
- Technical Acceptability: Proposed item must meet all salient characteristics. Quotes failing this will be rated "unacceptable."
- Price: Lowest priced technically acceptable quote will be considered first. Price will be evaluated for fairness and reasonableness.
Attachments
- Attachment 1 – Offeror Response Form: Collects company, compliance, and quote information.
- Attachment 2 – Pricing and Schedule: Spreadsheet for bidders to provide unit price and delivery date for CLIN 0001.
- Attachment 3 – Salient Characteristics Checklist: Details specific, non-negotiable features required for the travel trailer.
- Attachment 4 – NAF Standard Clauses: Outlines legal and contractual terms for Nonappropriated Fund Instrumentality (NAFI) contracts.