Skip to content
Department of Defense

High Angle Shooting Training

Solicitation: FA487726QA056
Notice ID: df1689091f7a4d5aa37e3e7d506b19b7
TypeSolicitationNAICS 611699PSCU099Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The Air ForceStateIDPostedMar 19, 2026, 12:00 AM UTCDueMar 25, 2026, 09:00 PM UTCExpired

Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: ID. Response deadline: Mar 25, 2026. Industry: NAICS 611699 • PSC U099.

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: FA487726QA056. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

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

12-month awarded value
$699,714,608
Sector total $948,647,283 • Share 73.8%
Live
Median
$249,174
P10–P90
$59,723$1,649,835
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
73.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($699,714,608)
Deal sizing
$249,174 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 ID
Live POP
Place of performance
Pollock, Idaho • 83547 United States
State: ID
Contracting office
Davis Monthan Afb, AZ • 85707-3522 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
ID20260097 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Idaho • Nez Perce
Rate
POWER EQUIPMENT OPERATOR: Bulldozer GROUP 6
Base $40.05Fringe $23.40
Rate
LABORER: Pipelayer
Base $28.48Fringe $13.00
+29 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 29 more rate previews.
Davis-BaconBest fitstate match
ID20260097 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Nez Perce
Rate
POWER EQUIPMENT OPERATOR: Bulldozer GROUP 6
Base $40.05Fringe $23.40
Rate
LABORER: Pipelayer
Base $28.48Fringe $13.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $40.89Fringe $18.64
+28 more occupation rates in this WD
Davis-Baconstate match
ID20260110 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Boise, Canyon, Gem +1
Rate
LINE CONSTRUCTION (Lineman)
Base $51.02Fringe $17.93
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.98Fringe $20.50
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $36.14Fringe $16.10
+5 more occupation rates in this WD
Davis-Baconstate match
ID20260109 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Bannock, Franklin
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.98Fringe $20.50
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $36.14Fringe $16.10
Rate
IRONWORKER
Base $43.40Fringe $30.27
+3 more occupation rates in this WD
Davis-Baconstate match
ID20260111 (Rev 1)
Open WD
Published Jan 23, 2026Idaho • Bonneville, Butte, Jefferson
Rate
POWER EQUIPMENT OPERATOR (Crane)
Base $36.98Fringe $20.50
Rate
POWER EQUIPMENT OPERATOR (Backhoe/Excavator/Trackhoe)
Base $36.14Fringe $16.10
Rate
IRONWORKER
Base $43.40Fringe $30.27
+3 more occupation rates in this WD

Point of Contact

Name
Jazmine L. Flagg
Email
jazmine.flagg@us.af.mil
Phone
5202280041
Name
Micky Hallman
Email
micky.hallman.1@us.af.mil
Phone
5202282214

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR COMBAT COMMAND
Office
FA4877 355 CONS PK
Contracting Office Address
Davis Monthan Afb, AZ
85707-3522 USA

More in NAICS 611699

Description

SOLICITATION DOCUMENT
RFQ #FA4877 26QA056
High Angle Shooting Training
i. This is a solicitation for commercial services prepared in accordance with FAR Part 12, as supplemented with additional information included in this notice.
ii. Solicitation FA487726QA056 is issued as a Request for Quotation (RFQ) and additional written solicitation will not be issued.
iii. This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2026-01, effective 13 March 2026. Included DFARS provisions and clauses are those in effect as of 10 November 2025. Included DAFFARS provisions and clauses are those in effect as of 16 October 2024. Additionally, Revolutionary FAR Overhaul updates and DFARS deviations applicable to this solicitation are dated on or after 2/01/2026.
iv. This solicitation is being issued utilizing a Total Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 611699- All Other Miscellaneous Schools and Instruction and has a business size standard of $16.5M.
v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
vi. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:
a. CLIN 0001- High Angle Precision Rifle Ballistics Training (10 Each)
b. CLIN 0002- Training Rifle Rental (6 Each)
vii. The government will place an order with the offeror whose quote meets the lowest price and technical acceptability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet the defined salient characteristics of the product or service.
viii. Important Dates/Times (All times are Pacific Daylight Time)
a. All questions must be submitted via email no later than 23 March 2026, 2:00PM.
b. All quotes must be submitted via email no later than 25 March 2026, 2:00PM.
ix. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ. It is the responsibility of the offeror
to ensure all quotes and/or questions are submitted in a timely manner by specified
due date.
x. Point of Contacts:
a. Primary: A1C Jazmine Flagg, jazmine.flagg@us.af.mil, 520-228-4190
b. Alternate: Micky Hallman, micky.hallman.1@us.af.mil, 520-228-2214
xi. Attachments
1: Wage Determination
2: Provisions and Clauses
3: Performance Work Statement
xii. 5352.201-9101 ACC - OMBUDSMAN (JUL 2023)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns
From offerors, potential offerors, and others for this acquisition. When requested, the
ombudsman will maintain strict confidentiality as to the source of the concern. The
existence of the ombudsman does not affect the authority of the program manager,
contracting officer, or source selection official. Further, the ombudsman does not
participate in the evaluation of proposals, the source selection process, or the adjudication
of protests or formal contract disputes. The ombudsman may refer the interested party to
another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their
concerns, issues, disagreements, and/or recommendations to the contracting officer for
resolution. Consulting an ombudsman does not alter or postpone the timelines for any
other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings,
employee-employer actions, contests of OMB Circular A-76 competition performance
decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact
the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and
e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen].
Concerns, issues, disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party
for further consideration to the Department of the Air Force ombudsman, Associate Deputy
Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington
DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer.
(End of clause)
xiii. 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)
(a) The Government will award a contract resulting from this solicitation to the responsive and responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
i. Price. The lowest priced offer will be evaluated for technical acceptability and best value to the Government. If found technically acceptable, award will be made without further consideration. If found technically unacceptable, the government will evaluate the next lowest quote for technical acceptability, and so on, until award can be made to the lowest priced technically acceptable quote. Therefore, the quoter’s initial quote should contain the quoter’s best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Quotes that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
ii. Technical. Technical capability of the service to meet the Government’s requirements in accordance with the Performance Work Statement. Contractor shall attach adequate supporting documentation so that the government is able to evaluate the capabilities of the vendor.
(b) Options. Options are not included in this requirement.
(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
xiv. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jul 2023)
(a) Contractors shall not:
(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance requirement that can only be met by use of a Class I ODS as part of this contract/order.
[Note: This prohibition does not apply to manufacturing.]
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product specification identified in AFI 32-7086) are Class I ODSs:
1. Halons: 1011, 1202, 1211, 1301, and 2402;
2. Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115, CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502, and R-503; and
3. Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that uses one or more of these Class I ODSs as minor constituents do not meet the Air Force definition of a Class I ODS.]
(End of clause)

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.