Skip to content
Department of Homeland Security

ATL Firing Range Services

Solicitation: 70T05026Q6100N001
Notice ID: ab6fa0a824e9442cbb8541c4000fe61c

Combined Synopsis Solicitation from TRANSPORTATION SECURITY ADMINISTRATION • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: GA. Response deadline: Jan 02, 2026. Industry: NAICS 713990 • PSC X1FB.

Market snapshot

Awarded-market signal for NAICS 713990 (last 12 months), benchmarked to sector 71.

12-month awarded value
$67,500
Sector total $6,409,230 • Share 1.1%
Live
Median
$67,500
P10–P90
$67,500$67,500
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($67,500)
Deal sizing
$67,500 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
Atlanta, Georgia • United States
State: GA
Contracting office
Springfield, VA • 20598 USA

Point of Contact

Name
Delisa Hawkins
Email
Delisa.Hawkins@tsa.dhs.gov
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
TRANSPORTATION SECURITY ADMINISTRATION
Subagency
MISSION ESSENTIALS
Office
Not available
Contracting Office Address
Springfield, VA
20598 USA

More in NAICS 713990

Description

In accordance with Federal Acquisition Regulation (FAR) 4.1102 quoters are required to be registered in the System for Award Management (SAM) at the time an offer or quotation is submitted. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is 70T05025Q6100N006. The solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. (iv) This acquisition is issued on an unrestricted basis. The associated NAICS code is 713990 with a small business size standard of $9.0 M. (v) List of Contract Line Item Numbers (CLINs), items, quantities, and units of measure: See Attached SF-1449 (vi) Description of requirements for the items to be acquired: Use/rental of an existing/established firing range. See attached Statement of Work for specific requirements for an acceptable firing range. (vii) Delivery, acceptance, and FOB point are at the contractor's facility. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial applies to this acquisition. There are no addenda to the provision. (ix) The provision at 52.212-2, Evaluation -- Commercial Items does not apply to the solicitation. The evaluation procedures to be used are as follows: Award will be made using the lowest price technically acceptable (LPTA) selection process. Award may be made on initial quotations. Therefore, each initial quote should contain the quoter's best terms from a technical and price standpoint. However, the Government reserves the right to contact quoters if it is later determined by the contracting officer to be necessary or in the government's best interests. The LPTA process will proceed as follows: 1) Quotes may be removed from consideration for, but not limited to, the following reasons: • Quotes that are not received timely • Quotes that fail to follow the instructions in FAR Provision 52.212-1 • Quotes that fail to submit ALL required documentation/provisions • Quotes that do not provide completed pricing table • Quotes that have language inconsistent with the terms and conditions set forth in the solicitation 2) Quotes will be ordered by price from lowest to highest. 3) The Government will then review Factor 1 of the lowest priced quote. If the review finds that Factor 1 of the lowest priced quote is acceptable, the Government will then evaluate Factor 2 of the lowest priced quote. If the review finds that Factor 2 of the lowest priced quote is acceptable, that quote represents the best value to the Government and the technical evaluation process stops at this point. Contingent upon a subsequent determination of price reasonableness (Factor 3) and of contractor responsibility by the Contracting Officer, an award will be made to that quoter without further consideration of any other quoters. If the lowest quote is determined not to be acceptable for any reason, then the next lowest priced quote will receive an evaluation as described above. The process will continue in order by price until a quote from a responsible contractor is determined to be acceptable and priced fairly and reasonably. 4) USING THIS PROCEDURE, THE GOVERNMENT MAY NOT EVALUATE ALL QUOTES. (e) Each Factor will be evaluated as follows: Factor 1. Technical Acceptability Technical Acceptability will be rated on an "acceptable" or "unacceptable" basis as follows: Acceptable - The quoted range meets all technical criterion stated in the Statement of Work. Unacceptable - The quoted range does not meet all technical criterion stated in the Statement of Work. Factor 2. Past Performance Past performance will be rated on an "acceptable" or "unacceptable" basis as follows: Acceptable - Based on the quoter's performance record, the Government has a reasonable expectation that the quoter will successfully perform the required effort, or the quoter's performance record is unknown. (See note below.) Unacceptable - Based on the quoter's performance record, the Government has no reasonable expectation that the quoter will be able to successfully perform the required effort Note: In the case of a quoter without a record of relevant past performance, or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the quoter may not be evaluated favorably or unfavorably on past performance. Therefore, the quoter shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Note: Quoters are not required or requested to submit past performance references. The Government will use public and Government-restricted sources (e.g. CPARS) to evaluate past performance. Factor 3. Price Price will not be rated. Price analysis will be conducted to determine reasonableness. Submission Requirements - Completed Pricing schedule - Acknowledgement of Statement of Work requirements - Most recent Lead Testing results in accordance with OSHA - Applicable fill in clauses and provisions (in terms and conditions section) - Subcontractor Agreement if Applicable - Quoters are required to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items with its quote. Quoters shall complete only paragraph (b) of this provision if they have completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Quoter has not completed the annual representations and certifications electronically, it shall complete only paragraphs (c) through (q) of this provision. (x) This is not a rated Defense Priorities and Allocations System (DPAS) order. (xi) All questions must be received no later than December 23, 2025 must be submitted via email to the points of contact listed at 2:00 pm (noon) Eastern Time. (xii) For more information contact Delisa.Hawkins@tsa.dhs.gov.

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.