Skip to content
Department of Defense

38 RQS Full Mission Profile Training

Solicitation: FA483026Q0011
Notice ID: 811d97319059416589c5c3d82e7517df

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: GA. Response deadline: Feb 23, 2026. Industry: NAICS 611699 • PSC U006.

Market snapshot

Awarded-market signal for NAICS 611699 (last 12 months), benchmarked to sector 61.

12-month awarded value
$626,419
Sector total $112,385,036 • Share 0.6%
Live
Median
$410,967
P10–P90
$410,967$410,967
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.6%
share
Momentum (last 3 vs prior 3 buckets)
+100%($626,419)
Deal sizing
$410,967 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 GA
Live POP
Place of performance
Fort Moore, Georgia • 31699 United States
State: GA
Contracting office
Moody Afb, GA • 31699-1700 USA

Point of Contact

Name
1st Lt. Nasir Smith
Email
nasir.smith.1@us.af.mil
Phone
2292573226
Name
SrA Maximos Ramirez
Email
maximos.ramirez@us.af.mil
Phone
2292574712

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4830 23 CONS CC
Contracting Office Address
Moody Afb, GA
31699-1700 USA

More in NAICS 611699

Description

Amendment 001: The purpose of this amendment is to move the RFQ due date to the 20th of Febraury at 12PM EST, 2026 and the Questions due date to the 17th of February at 5PM EST, 2026.

Amendment 002: The purpose of this amedment is to move the RFQ due date to the 23rd of February at 12PM EST, 2026 and the Questions due date to the 17th of February at 5PM EST, 2026.

38th Full Mission Profile (FMP) Training

SECTION A: GENERAL

The purpose of this solicitation is for the procurement of Full Mission Profile (FMP) training for the 38th Rescue Squadron in accordance with (IAW) the attached Statement of Work (SOW).

This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested.

Combined synopsis/solicitation: FA483026Q0011 This is issued as a Request for Quote (RFQ). The above-mentioned number shall be used to reference any written quote provided under this RFQ.

*NOTE: The individual signing must have signatory authority for this Entity; signature constitutes agreement to all terms and conditions contained within this solicitation. *

This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-06, Defense Federal Acquisition Regulation System (DFARS) Change 11/10/2025 and Department of the Air Force Federal Acquisition Regulation Supplement (DAFFARS) Change 10/16/2024.

This acquisition will be set aside 100% for Small Business in accordance with FAR 19.502-2(a).

The North American Industry Classification System (NAICS) code for this project is 611699 with a size standard of $16.5 million

Period of Performance: 9-13 March 2026 & 23-27 March 2026

Primary Point of Contact (POC): 1st Lt Nasir Smith; 229-257-3226

Alternate Point of Contact (POC): SrA Maximos A. Ramirez; 229-257-4712

SECTION B: EVALUATION FACOTRS FOR AWARD

The Government will issue a purchase order to the responsible offeror whose quotation, conforming to the solicitation, is determined to represent the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Technical Capability: Contractor must provide documentation that demonstrates a complete and realistic plan to meet the objectives outlined in the statement of work. The offer must meet all technical requirements stated in the solicitation.

Past Performance: Performance Quality Assessment. The government will determine how well the offeror performed on past contracts that are both recent and relevant, and, based on an integrated assessment, assign a rating of "Acceptable" or "Unacceptable" as described. (Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown.) (Unacceptable: Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will able to successfully perform the required effort.)

Price: The price evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. The total evaluated price will include the proposed price for the course for 44 personnel, on two separate weeks (24 Personnel Week 1 & 20 Personnel Week 2). Travel costs will be considered for evaluation purposes and calculated in accordance with the Joint Travel Regulation (JTR), including per diem rates provided in the attached documentation and a mileage rate of $0.725 per mile, with travel distances up to 400 miles per 10 hours factored into the calculation. The award will be based on the Lowest Price Technically Acceptable (LPTA), where the total price, including both the training course and (JTR) travel costs, will be evaluated to determine the best value to the Government.

2a. Travel Costs Calculation:

Travel costs will be calculated based on the Joint Travel Regulation (JTR). Contractors should calculate the mileage for the travel to the training location using the rate of $0.725 per mile. Additionally, the contractor will need to account for per diem rates (for meals and lodging), which are provided in the attached documentation.

To calculate travel costs, contractors should:

  1. Measure the total distance from Moody AFB to the training location.
  2. Multiply the total miles by $0.725 per mile to get the total mileage reimbursement. 
  3. Add the per diem (meals and lodging) for each day of travel.
  4. The total travel costs will be included in the proposal and evaluated as part of the overall cost.

Offers will first be ranked by total evaluated price, starting from the lowest. The Government will then evaluate the lowest-priced offer for technical acceptability. This process will continue until two technically acceptable offerors are identified or all offers are evaluated then the government will evaluate for past performance acceptability. 

A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time specified for acceptance in the offer, shall result in a binding contract without further action by either party. The Government may accept an offer (or part of an offer) before its expiration, whether or not there are negotiations, unless the offeror provides a written notice of withdrawal before award.

IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quote is judged to represent the best value to the Government based on price, technical acceptability, and past performance records. Award will be made on a Lowest Price Technically Acceptable basis.

SECTION C: INSTRUCTIONS TO OFFERORS

Solicitation No: FA483026Q0011

Requirement: 38th Full Mission Profile Training

RFQ due date: 23 February 2026, 12:00 PM EST.

All questions regarding this RFQ must be emailed to maximos.ramirez@us.af.mil no later than the 19th of February 2026, 5PM EST.

Interested parties shall submit their quotations electronically to either POC outlined in Section A by the response due date.

  1. Company Name: ____________
    Unique Entity ID Number (UEID): ____________
    Cage Code: _______________
    *Number of Employees_____________
    *Total Yearly Revenue_______________
    *Information required determining size of business for the NAICS referenced above.
  2. Quotation Contents:
    1. Technical Capability Narrative: A detailed narrative explaining how the offeror will meet every requirement outlined in the SOW. This should include facility details, instructor qualifications, and a description of scenario execution capabilities.
    2. Proof of Accreditation/Experience: Proof of AAALAC accreditation for the live tissue vendor and evidence of JSOC operational experience for instructors.

Any handbooks or TTPs referenced in the SOW are available upon request. 

.zip files are not an acceptable format for the Air Force Network and will not go through our email system.

The Government intends to award purchase order without discussion; therefore, offerors should quote their best price.

All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.

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.