Skip to content
Department of Defense

NAF Travel Trailer (Commodity)

Solicitation: FA461326Q1022
Notice ID: 8c6e7f28a71e44e39d8f70296e9705bb

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: WY. Response deadline: Apr 02, 2026. Industry: NAICS 336214 • PSC 2330.

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: FA461326Q1022. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 336214 (last 12 months), benchmarked to sector 33.

12-month awarded value
$627,247
Sector total $48,254,986,782 • Share 0.0%
Live
Median
$108,837
P10–P90
$108,837$108,837
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
-31%(-$115,988)
Deal sizing
$108,837 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 WY
Live POP
Place of performance
FE Warren AFB, Wyoming • 82005 United States
State: WY
Contracting office
Fe Warren Afb, WY • 82005-2860 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
WY20260041 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +20
Rate
Asbestos Removal, Abatement and Demolition
Base $23.00Fringe $0.00
Rate
Blinds/Window-Covering Installer
Base $11.96Fringe $0.00
+32 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 32 more rate previews.
Davis-BaconBest fitstate match
WY20260041 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +20
Rate
Asbestos Removal, Abatement and Demolition
Base $23.00Fringe $0.00
Rate
Blinds/Window-Covering Installer
Base $11.96Fringe $0.00
Rate
Boilermaker
Base $38.42Fringe $32.82
+31 more occupation rates in this WD
Davis-Baconstate match
WY20260043 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Natrona
Rate
Carpenter
Base $27.07Fringe $2.37
Rate
Concrete Finisher
Base $28.00Fringe $7.46
Rate
Electrician (Inside Wireman, Outside Lineman and Signal and Lighting work)
Base $58.83Fringe $21.89
+11 more occupation rates in this WD
Davis-Baconstate match
WY20260002 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Laramie, Natrona
Rate
CARPENTER (Including Drywall Hanging and Formbuilding/Formsetting)
Base $28.66Fringe $13.50
Rate
SHEET METAL WORKER (Including HVAC Duct and Setting HVAC System) Laramie County
Base $25.88Fringe $17.68
Rate
Natrona County
Base $25.50Fringe $19.11
+4 more occupation rates in this WD
Davis-Baconstate match
WY20260003 (Rev 0)
Open WD
Published Jan 02, 2026Wyoming • Albany, Big Horn, Campbell +18
Rate
Cement Mason/Concrete Finisher
Base $10.68Fringe $0.00
Rate
Including Low Voltage Wiring for Fire Alarms, Security Systems, Telephones and Temperature Controls)
Base $19.17Fringe $6.26
Rate
Laborer, common
Base $8.68Fringe $0.00
+2 more occupation rates in this WD

Point of Contact

Name
Brandon Bartlett
Email
brandon.bartlett.2@us.af.mil
Phone
Not available
Name
1st Lt Kamary Williams
Email
kamary.williams@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE GLOBAL STRIKE COMMAND
Office
FA4613 90 CONS PK
Contracting Office Address
Fe Warren Afb, WY
82005-2860 USA

More in NAICS 336214

Description

Amendment 01 (26 March 2026):

The purpose of this amendment is to:

  • Add Attachment 5 - Questions and Answers
  • Update solicitation Section 3.0 Attachments, by adding Attachment 5 - Questions and Answers

Combined Synopsis/Solicitation

Solicitation Number: FA461326Q1022

Purchase Description: NAF Travel Trailer (Commodity)

The 90th Contracting Squadron is issuing this combined synopsis and solicitation to seek quotations for a commercial travel trailer. This announcement constitutes the only solicitation for this requirement; a separate written document will not be issued. This Request for Quotation (RFQ) is conducted as full and open competition, and all responsible sources are invited to submit a quotation.

Important Information:

  • NAICS Code: 336214 - Travel Trailer and Camper Manufacturing
  • Contract Type: Firm-Fixed-Price
  • Place of Performance: F.E. Warren AFB, WY 82005
  • Required Delivery: 45 calendar days after contract award

1.0.  DESCRIPTION OF REQUIREMENT

The 90th Force Support Squadron (90 FSS) at F.E. Warren AFB, WY, requires one (1) new travel trailer in support of Nonappropriated Fund Instrumentality (NAFI). The trailer will be added to the squadron's equipment fleet to provide reliable, temporary lodging for personnel, thereby enhancing mission readiness and recreational opportunities. The vendor shall provide the travel trailer in accordance with the salient characteristics listed below.

  • Accommodations: Sleeps a minimum of eight (8) people.
  • Towing and Size:
    • Dry weight of less than 5,000 lbs.
    • Total length of less than 30 feet.
    • Equipped with an electric hitch jack.
  • Power System: Factory-installed solar power system, including panels and two (2) 6-volt battery solar inverters for off-grid capability.
  • Utilities: Must include storage for two (2) propane canisters.
  • Configuration: A floor plan with no slide-outs is preferred. A single slide-out is the maximum acceptable configuration.
  • DOT Compliance: Must meet all Department of Transportation (DOT) requirements for road-worthiness upon delivery.
  • Warranty: A minimum 1-year manufacturer’s warranty is required.

The product must meet Buy American Act (BAA) or Trade Agreement Act (TAA) requirements, and contractors are expected to certify the place of origin of all components before delivery. Since this is a commercial off-the-shelf item, the terms and conditions are the same as those available to other commercial customers.

2.0.  CONTRACT LINE ITEM NUMBER (CLIN) STRUCTURE

CLIN 0001: Travel Trailer

Estimated Delivery Date: 45 Days After Date of Contract Award

Quantity:  1                            Unit of Issue:  Each

Unit Price: $ ___________      Extended (Unit) Price: $ ___________ 

PLACE OF DELIVERY FOR ALL CLINs: 110 E Plaza, Warren AFB, WY 82005 

3.0.  ATTACHMENTS

  • Attachment 1 – Offeror Response Form
  • Attachment 2 - Pricing and Schedule
  • Attachment 3 – Salient Characteristics Checklist
  • Attachment 4 – NAF Standard Clauses
  • Attachment 5 – Questions and Answers

4.0.  QUESTIONS and QUOTES

4.1. Questions: All questions regarding this solicitation must be submitted by email to the points of contact below no later than 11:00 AM MST on Wednesday, March 25, 2026.

  • Contract Specialist, Brandon Bartlett (brandon.bartlett.2@us.af.mil) 
  • Contracting Officer, 1st Lt Kamary Williams (kamary.williams@us.af.mil)

4.2. Quote Submission: All quotes must be received by email to the points of contact below no later than 11:00 AM MST on Thursday, April 2, 2026, to be considered timely.

  • Contract Specialist, Brandon Bartlett (brandon.bartlett.2@us.af.mil) 
  • Contracting Officer, 1st Lt Kamary Williams (kamary.williams@us.af.mil)

5.0.  OTHER INFORMATION

5.1. System for Award Management (SAM): Offerors must have an active registration in SAM (SAM.gov) at the time of quote submission to be eligible for award.

5.2. Discussions: The Government intends to award a purchase order without conducting discussions; however, the Government reserves the right to hold discussions with offerors if it is determined to be in its best interest.

6.0.  INSTRUCTIONS TO OFFERORS

6.1. Quote Submission Package: To be considered for award, offerors must submit the following documents:

  1. Completed Attachment 1 – Offeror Response Form.
  2. Completed Attachment 2 – Pricing and Schedule.
  3. Manufacturer-provided documentation (e.g., MSRP, Invoice, Specification Sheet) for the proposed travel trailer.
  4. Firm-Fixed-Pricing for CLIN 0001, to include all materials, labor, shipping, and any other direct/indirect costs.
  5. Company Information: CAGE code, Unique Entity Identifier (UEI), Point of Contact, and any applicable Socioeconomic status.
  6. Discount Terms (if applicable).

6.2. Formatting Requirements:

  • Submission Method: Electronic submission via email only. Attachments must not exceed 9 MB. Do not send .zip files.
  • Page Limit: Quotes are limited to six (6) pages. This limit does not include required attachments or manufacturer specification sheets.
  • Font: 12-point minimum.
  • File Type: Microsoft Word or searchable Adobe PDF are preferred

7.0.  EVALUATION

  1. Technical Acceptability: Quotes will be evaluated to determine if the proposed item meets all salient characteristics listed in Section 1.0. A quote that fails to meet all requirements will be rated "unacceptable" and will not be considered for award.
  2. Price:  The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors. If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so.
    • Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
    • No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.

(End)

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.