Outdoor Recreation Access Management
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 Interior, on behalf of the Department of the Air Force (DAF), has issued a Combined Synopsis/Solicitation for Outdoor Recreation Access Management services. This opportunity seeks a contractor to create, operate, and maintain a system for managing permits and tracking user access for various outdoor recreation activities on DAF installations. This is a Total Small Business Set-Aside. Quotes are due by May 4, 2026, 5:00 PM EDT.
Purpose & Scope
The objective is to provide services supporting and managing outdoor recreation access for authorized persons on DAF installations, including hunting, fishing, trapping, and firewood harvesting. The contractor will develop, operate, and maintain a DAF Outdoor Recreation Access Management System to monitor and control access, ensure public safety, facilitate permit fee collection, issue permits, and track recreation user access. The system must include a Content Management Interface (CMI), a Public Facing Interface, user account creation, permit purchase capabilities (including vouchers), area scheduling, and secure payment processing via Pay.gov. Customer support and administrative back-end interfaces are also required. Applicable installations include Altus AFB, Barksdale AFB, Beale AFB, and others, with potential for additional sites.
Contract Details
- Type: Combined Synopsis/Solicitation (FAR Part 12)
- Period of Performance: A 12-month base period plus two one-year option periods, not to exceed three years total.
- Set-Aside: Total Small Business Set-Aside, including specific categories such as HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and 8(A).
- NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services) with a $19.5M size standard.
- Place of Performance: Primarily virtual, with anticipated travel for kickoff meetings at each installation.
- Deliverables: Monthly Reports, a Final Report, and a Quality Control Program (QCP) Plan.
Submission & Evaluation
- Questions Due: April 24, 2026, 10:00 AM EST.
- Quotes Due: May 4, 2026, 5:00 PM EDT.
- Submission Method: Via email to juan_rendon@ibc.doi.gov.
- Required Submissions: Signed SF 1449, a technical quote (limited to 15 pages), past performance references, and pricing information using Attachment 2 (Pricing Tables A and B). Offerors must also provide their UEI, business address, and contact information, along with a separate volume for any assumptions, conditions, or exceptions.
- Evaluation Criteria: Technical, Past Performance, and Price. Technical and Past Performance are equally important and individually more important than Price. Combined, they are substantially more important than Price.
Pricing Requirements
Offerors must utilize the provided pricing tables (Attachment 2) to detail project pricing (Table A) for base and option years, including unit price, quantity, and total price for CLINs. A detailed cost breakout referencing PWS Section 3.2 is required, reconciling with Table A. Table B requires supplemental pricing for labor categories, including rates, SCLA applicability, FTE, and total price.
Contact Information
Primary Contact: Juan Rendon (juan_rendon@ibc.doi.gov, 7039645329)