Orlando Firing Range Services
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 Homeland Security (DHS), specifically the Transportation Security Administration (TSA), 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 support mandatory quarterly firearms qualifications and training for DHS personnel. The acquisition is unrestricted. Quotes are due February 23, 2026, at 10:00 AM ET.
Scope of Work
The contractor will provide an indoor firing range facility located within a 45-minute commute of 5950 Hazeltine National Dr., Orlando, FL 32822. Key requirements include:
- Exclusive use for DHS during scheduled 4-hour blocks (AM/PM), closed to the public.
- Minimum of 9 firing points, accommodating qualification distances from 1.5 to 50 yards.
- Support for low light/night live fire operations.
- Ventilation compliant with 29 CFR 1910.1025.
- ADA compliant access roads and parking.
- Facilities must include male/female restrooms, trash receptacles, and brass cartridge removal equipment.
- Ability to accommodate various calibers (9mm, .40, .45, .357, .223, .308, commercial shotgun) and rifle/shotgun capabilities up to 50 yards.
- Flexibility for training drills, including movement between firing points, drawing from holster, and moving in front of firing points with an instructor. DHS will provide ammunition, targets, and firearms instructors. The range is expected to be used for approximately 64 training days per year, with an estimated 300,000 rounds annually.
Contract & Timeline
- Solicitation Type: Combined Synopsis/Solicitation (RFQ)
- Solicitation Number: 70T05026Q6115N001
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted
- NAICS: 713990 (Lease/Rental Of Recreational Buildings), Small Business Size Standard: $9.0 Million
- Period of Performance: Base year (March 2, 2026 - March 1, 2027) with four one-year options, extending up to March 1, 2031.
- Questions Due: February 18, 2026, 2:00 PM ET
- Quotes Due: February 23, 2026, 10:00 AM ET
- Published Date: February 12, 2026
Evaluation & Submission
Award will be made using a Lowest Price Technically Acceptable (LPTA) selection process. Evaluation factors are:
- Technical Acceptability: Rated Acceptable/Unacceptable based on meeting all SOW criteria.
- Past Performance: Rated Acceptable/Unacceptable. Government will use public/restricted sources; offerors are not required to submit references. Unknown past performance is considered acceptable.
- Price: Not rated, but analyzed for reasonableness. The Government will evaluate quotes in order of price (lowest first) and may not evaluate all quotes. Submission Requirements include: Completed pricing schedule (pages 4-6), acknowledgement of SOW, most recent OSHA lead testing results, applicable fill-in clauses/provisions, subcontractor agreement (if applicable), and a completed 52.212-3 (Offeror Representations and Certifications). Offerors must be registered in SAM.gov at the time of quote submission.
Contact Information
Primary Point of Contact: Delisa Hawkins, Delisa.Hawkins@tsa.dhs.gov