Skip to content
Department of Defense

USAFA Farish Recreation Area Summer Caretaker Services

Solicitation: FA700026Q0032
Notice ID: 2257e397888e49d3b54aef1abf600409
TypeCombined Synopsis SolicitationNAICS 721211PSCM1PADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateCOPostedApr 03, 2026, 12:00 AM UTCDueApr 13, 2026, 09:00 PM UTCCloses in 4 days

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CO. Response deadline: Apr 13, 2026. Industry: NAICS 721211 • PSC M1PA.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA700026Q0032. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 721211 (last 12 months), benchmarked to sector 72.

12-month awarded value
$190,058
Sector total $77,265,368 • Share 0.2%
Live
Median
$16,625
P10–P90
$14,325$18,925
Volatility
Stable28%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($190,058)
Deal sizing
$16,625 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for CO
Live POP
Place of performance
Woodland Park, Colorado • 80863 United States
State: CO
Contracting office
Usaf Academy, CO • 80840-2303 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
CO20260009 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
+78 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 78 more rate previews.
Davis-BaconBest fitstate match
CO20260009 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Denver, Douglas
Rate
CARPENTER (Form Work Only)
Base $33.11Fringe $12.17
Rate
TRAFFIC SIGNALIZATION: Traffic Signal Installation Zone 1
Base $26.42Fringe $4.75
Rate
Zone 2
Base $29.42Fringe $4.75
+77 more occupation rates in this WD
Davis-Baconstate match
CO20260007 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Boulder
Rate
POWER EQUIPMENT OPERATOR: (3)- Drill Rig Caisson (smaller than Watson 2500 and similar)
Base $35.03Fringe $15.20
Rate
Scraper (single bowl, under 40 cu. yd), Crane (50 tons and under)
Base $35.20Fringe $15.20
Rate
Drill Rig Caisson (Watson 2500 similar or larger), Crane (51-90 tons), Scraper (40 cu.yd and over),
Base $35.41Fringe $15.20
+50 more occupation rates in this WD
Davis-Baconstate match
CO20260019 (Rev 0)
Open WD
Published Jan 02, 2026Colorado • Clear Creek
Rate
CARPENTER (Acoustical Ceiling Installation and Drywall Hanging Only)
Base $35.09Fringe $13.84
Rate
MILLWRIGHT
Base $42.10Fringe $19.02
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $46.80Fringe $19.53
+30 more occupation rates in this WD
Service Contract Actstate match
2023-0171 (Rev 8)
Open WD
Published Jan 20, 2026Colorado • Larimer
47040
Diver
Base $53.87Fringe $0.00

HEALTH & WELFARE: $5.55 per hour, up to 40 hours per week, or $222.00 per week or $962.00 per month HEALTH & WELFARE EO 13706: $5.09 per hour, up to 40 hours per week, or $203.60 per week, or $882.27 per month* *This rate is to be used only when compensating employees for performance on an SCA- covered contract also covered by EO 13706, Establishing Paid Sick Leave for Federal Contractors. A contractor may not receive credit toward its SCA obligations for any paid sick leave provided pursuant to EO 13706. | VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, 4 weeks after 10 years, and 5 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever employed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) | HOLIDAYS: A minimum of eleven paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Juneteenth National Independence Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may substitute for any of the named holidays another day off with pay in accordance with a plan communicated to the employees involved.) (See 29 CFR 4.174) ** UNIFORM ALLOWANCE ** If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cleaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compliance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibility of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the actual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of ""wash and wear"" materials, may be routinely washed and dried with other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by law, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. ** SERVICE CONTRACT ACT DIRECTORY OF OCCUPATIONS ** The duties of employees under job titles listed are those described in the ""Service Contract Act Directory of Occupations"", Fifth Edition (Revision 1), dated September 2015, unless otherwise indicated.

Point of Contact

Name
Tammy Martin
Email
tammy.martin.6@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
U
Office
S • AIR FORCE ACADEMY • FA7000 10 CONS LGC
Contracting Office Address
Usaf Academy, CO
80840-2303 USA

More in NAICS 721211

Description

PART I - REQUIREMENT DESCRIPTION
The 10th Force Support Squadron (10 FSS) requires non-personal services for a summer caretaker at the Farish Recreation Area located at 12005 Rampart Range Road, Woodland Park, CO 80863. This is a Non-Appropriated Fund (NAF) procurement and is therefore subject to the guidance of the Department of the Air Force Manual (DAFMAN) 64-119, NAF Contracting Procedures. It does not obligate appropriated funds of the United States Government. Non-appropriated funds are generated by the military community through the sale of goods and services and the collection of fees and charges for participation in military community programs. This purchase DOES NOT involve federal tax dollars.

Scope of Work
The contractor shall provide non-personal services for the surveillance, security, and after-hours guest support for the Farish Recreation Area. Duties include, but are not limited to, conducting routine checks of facilities, ensuring guest compliance with regulations, providing after-hours check-in support, and providing initial response and notification for emergencies. The complete and detailed requirements for this effort are specified in Attachment 1 – Performance Work Statement.

Period of Performance (PoP)
The contract will be for one Base Year with the possibility of two (2) one-year Option Years.
     • Base Year PoP: 1 May 2026 – 18 October 2026
     • Option Year 1 PoP: 1 May 2027 – 17 October 2027
     • Option Year 2 PoP: 1 May 2028 – 15 October 2028

Government-Furnished Property and Support
The Government will provide one (1) RV site (50-foot pad) with water, sewage, and electrical hookups at no cost to the contractor for the duration of the contract, as well as other support outlined in Section 5.2 of the performance work statement (PWS).

Contractor-Furnished Property
The contractor will provide, at their own expense, a suitable mobile home or Recreational Vehicle (RV) for living, a personal vehicle, and liability insurance as detailed in Section 2.2 of the PWS.

PART 2 - INSTRUCTIONS TO OFFERORS

Quote Submission

All quotes must be submitted electronically to: tammy.martin.6@us.af.mil
Quotes are due by 3:00 p.m. MDT on April 13, 2026.
Late quotes may not be considered.

Any questions regarding this RFQ must be submitted electronically to: tammy.martin.6@us.af.mil no later than 7 April 2026 at 3:00 p.m. MDT.

Quote Package
Offerors shall submit a complete quote package consisting of three (3) parts:
Factor 1- Technical, Factor 2 - Past Performance, and Factor 3 - Price.

Factor 1 – Technical: 
Offerors will ensure their submissions in this part do not contain any pricing information. 

  1. Technical Subfactor 1:  Questionnaire
    Provide a written response (not to exceed 2 pages) to the questions listed below. Your responses should demonstrate your understanding of the PWS and your proposed approach to the work.
  • Question 1: 
    Describe your step-by-step process for handling an after-hours guest disturbance, such as a noise complaint. Explain how you would balance providing good customer service with the need to enforce facility rules.
     
  • Question 2: 
    Describe what a typical security and surveillance round of the Farish Recreation Area would entail for you. What specific things would you be looking for to ensure the safety and security of the guests and facilities?

       2. Technical Subfactor 2:  Resume
            Provide a resume detailing your experience, particularly as it relates to the PWS.

Factor 2 - Past Performance:

  1. Provide information for up to three (3) contracts for similar services completed within the last 10 years.
     
  2. For each reference, include:
    • Name of the facility/company
    • Period of performance
    • Brief description of the work performed
    • A point of contact with their current phone number and email address.

Factor 3 – Price: 
Offerors shall complete the pricing schedule at Attachment 2 - Pricing Schedule Worksheet. The quoted price should be a firm-fixed-price for the base year and each option year. Prices must be rounded to the nearest whole number.

PART 3 - EVALUATION FACTORS FOR AWARD

Award Basis
The Government intends to award a firm-fixed-price contract to the responsible offeror whose quote, conforming to the solicitation, is determined to provide the best value to the Government.

Evaluation Method: Comparative Evaluation
By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. The evaluation process follows:

The Government may perform a comparative evaluation of quotes (comparing vendors to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The Government reserves the right to award to a higher-priced offeror if it is determined that the additional technical merit or superior past performance of that quote outweighs the price difference.

Step 1:  Upon receipt of quotes, the Government will evaluate each vendor, factor by factor, and document the noteworthy observations for each vendor for the non-price factor(s).

Step 2:  After evaluating all quotes for one factor, the Government will determine which quote to be the most advantageous

Step 3:  The Government will continue evaluating the remaining non-price factors repeating steps 1 and 2 above.

Step 4:  Lastly, the Government will perform a tradeoff of all factors, to include price, to select the overall best value to the Government.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.