Orlando Firing Range Services

SOL #: 70T05026Q6115N001Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Orlando, FL

NAICS

All Other Amusement and Recreation Industries (713990)

PSC

Lease/Rental Of Recreational Buildings (X1FB)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 12, 2026
2
Last Updated
Feb 18, 2026
3
Submission Deadline
Feb 23, 2026, 3:00 PM

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 Transportation Security Administration (TSA), under the Department of Homeland Security, is seeking Orlando Firing Range Services via a Request for Quotation (RFQ). This opportunity is for the use/rental of an existing, established indoor firing range to conduct mandatory quarterly qualifications and firearms training for DHS personnel in the Orlando, FL area. The acquisition is unrestricted. Quotes are due by February 23, 2026, at 3:00 PM Eastern Time.

Scope of Work

The requirement is for an indoor firing range located within a 45-minute commute of 5950 Hazeltine National Dr., Orlando, FL. The range must be exclusively available to DHS during scheduled hours, closed to the public, and accommodate a minimum of 9 firing points with qualification course distances from 1.5 to 50 yards. Key capabilities include:

  • Support for low light/night live fire operations.
  • Indoor ventilation compliant with 29 CFR 1910.1025.
  • ADA accessible roads and parking, with male/female restrooms, trash receptacles, and brass cartridge removal equipment.
  • Accommodation for 9mm, .40, .45, .357, .223, .308, and commercial shotgun ammunition, with rifle and shotgun capabilities up to 50 yards.
  • Allowance for movement between firing points, drawing and firing from the holster, and tactical drills with an instructor present. DHS will provide ammunition, targets, and firearms instructors; the contractor provides the facility.

Contract & Timeline

  • Solicitation Type: Combined Synopsis/Solicitation (RFQ)
  • Solicitation Number: 70T05026Q6115N001
  • Contract Type: Firm Fixed Price
  • Period of Performance: Base period (March 2, 2026 - March 1, 2027) plus four option years, extending through March 1, 2031. The proposal should price 64 training days per year, submitted quarterly, with payment based on actual days used.
  • Set-Aside: Unrestricted
  • NAICS Code: 713990 (Small Business Size Standard: $9.0M)
  • Questions Due: February 18, 2026, 2:00 PM Eastern Time
  • Quotes Due: February 23, 2026, 3:00 PM Eastern Time
  • Primary Contact: Delisa Hawkins, Delisa.Hawkins@tsa.dhs.gov

Evaluation

Award will be made using a Lowest Price Technically Acceptable (LPTA) selection process. The Government will evaluate quotes sequentially by price, from lowest to highest. Evaluation factors are:

  • Factor 1: Technical Acceptability (Acceptable/Unacceptable) - Range meets all SOW technical criteria.
  • Factor 2: Past Performance (Acceptable/Unacceptable) - Government will use public/Government-restricted sources (e.g., CPARS). Unknown past performance is considered "acceptable." Quoters are not required to submit references.
  • Factor 3: Price - Not rated; price analysis will determine reasonableness. The Government may not evaluate all quotes, stopping once an acceptable, reasonably priced quote from a responsible contractor is identified.

Submission Requirements

Quoters must submit:

  • Completed Pricing schedule (pages 4-6 of SF-1449).
  • 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).
  • Completed provision 52.212-3, Offeror Representations and Certifications (or confirm SAM registration).

Additional Notes

Offerors must be registered in the System for Award Management (SAM) at the time of quote submission and maintain an active registration through award. This includes providing a Unique Entity Identifier (UEI), Taxpayer Identification Number (TIN), and Commercial and Government Entity (CAGE) Code, and ensuring current Representations and Certifications in SAM.

People

Points of Contact

Delisa HawkinsPRIMARY
Kurt AllenSECONDARY

Files

Files

Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Feb 12, 2026
View
Orlando Firing Range Services | GovScope