Skip to content
Department of Defense

DAFB Group Exercise Instructor

Solicitation: FA449726Q0007
Notice ID: df4efe05a8f1453d8b3b2e54e8ede011

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: DE. Response deadline: Feb 16, 2026. Industry: NAICS 611620 • PSC G003.

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: FA449726Q0007. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Baseline awarded-market signal across all contracting (sample of 400 recent awards; refreshed periodically).

12-month awarded value
$911,043,549
Sector total $911,043,549 • Share 100.0%
Live
Median
$100,000
P10–P90
$27,832$2,512,540
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
100.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($911,043,549)
Deal sizing
$100,000 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 DE
Live POP
Place of performance
Dover AFB, Delaware • 19902 United States
State: DE
Contracting office
Dover Afb, DE • 19902-5016 USA

Point of Contact

Name
Daniel Kim
Email
daniel.kim.55@us.af.mil
Phone
3026775215
Name
Victoria Barra
Email
victoria.barra@us.af.mil
Phone
3024455032

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR MOBILITY COMMAND
Office
FA4497 436 CONS LGC
Contracting Office Address
Dover Afb, DE
19902-5016 USA

More in NAICS 611620

Description

This is a combined synopsis/solicitation for commercial service 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. 


Description: Dover Air Force Base has a requirement for a group exercise instructor in accordance with Attachment 2 – Quote Schedule to be delivered within 7 days. See Attachment 2-Quote Schedule for a list of items. Please use Attachment 2- Quote Schedule when submitting quotes. 

Place of Delivery/Performance/Acceptance/FOB Point:
F.O.B. Destination: Dover, AFB DE 19962 (exact customer address will be provided in the resulting contract) 
Delivery Period: 30 days after ADC.


0001    GROUP EXERCISE INSTRUCTOR- provide instruction in the following, but not limited to, beginner, intermediate and advanced low impact/high intensity floor aerobics, kickboxing, indoor cycling, Pilates, yoga, and Extreme Fitness.    468/yr    EA
 

FAR provision 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(b)(1), FAR provision 52.212-1 found within Attachment 5 – 52.212-1 Addendum.

1.     Simplified Acquisition Procedures will be used in accordance with (IAW) FAR part 13 in awarding this contract. The Government intends to award a Firm-Fixed-Price (FFP) contract to satisfy this requirement. This requirement is being solicited as a Request for Quotation (RFQ); submission of a quote does not guarantee receipt of award.
2.     Questions may be submitted to the points of contact above, no later than the specified date and time. Questions submitted after this date and time may not be answered.
3.     Quoters must use Attachment 2- Quote Schedule to submit their prices and technical capability. Company information must be included. Quotes in response to this solicitation must be submitted via email to the point of contacts above.
4.     For a quote to be eligible for award, the quoter must have a current registration in the System for Award Management (SAM): https://www.sam.gov, prior to submitting a quote, IAW FAR 4.1102. SAM will be checked to verify the quoter's status before any evaluation is conducted. In accordance with FAR 9.1 prospective quoters must be determined responsible prior to award.
5.     FAR provision 52.212-3, Offeror Representations and Certifications -- Commercial Items with alternate I applies to this acquisition. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. Offeror shall identify the applicable paragraphs by completing the fill-ins required per the aforementioned instructions within Attachment 3- Provisions and Clauses.6.     Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to
this acquisition. Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. The additional FAR clauses cited in the clause are identified in Attachment 3 -Provisions and Clauses as applicable to the acquisition.
7.     Quoters are required to meet all material solicitation requirements, such as terms and conditions, representations and certifications, deliverables, Statement of Work (SOW), etc. Failure to comply with the terms and conditions of the solicitation may result in the Quoter being ineligible for award. Quoters must clearly identify any exception to the solicitation terms and conditions and must provide complete supporting rationale. The Government reserves the right to determine any such exceptions unacceptable, and the quote, therefore, ineligible for award.
8.     The terms and processes used in this acquisition are not subject to the definitions nor processes found in FAR subpart 15.3, even if defined or described in FAR part 15. Reference to offers, offerors, or proposals in this acquisition shall be read as quotations, vendors, quoters, or quotes. Any clerical errors in this solicitation, to include the attachments, that use the source selection nomenclature in FAR part 15 shall be read and interpreted in a manner consistent with FAR part 13. Examples of nomenclature found in FAR part 15 include: Request for Proposals (RFP), De-briefing, Discussions, Clarifications, etc. Unless otherwise defined in this solicitation, or in the specific FAR part being referenced, definitions of words retain their definition under FAR 2.101, unless no definition is provided, in which the common dictionary meaning shall be used IAW FAR 1.108(a).


FAR Provision 52.212-2, Evaluation – Commercial Products and Commercial Services, applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:

The Government intends to award a Firm-Fixed Price contract resulting from this solicitation to the responsible quoter whose quote conforms to the solicitation; is most advantageous to the Government, price and other factors considered; and provides the best value to the Government in accordance with FAR 13.106-1(a)(2)(ii) and FAR 2.101. The following factors are approximately equal when evaluating quotes: Price and Past Performance. Technical approach will also be a factor considered when  reviewing offers. 

Factor: PRICE 

Price will be evaluated as follows:
Completeness:
Upon receipt of quotes, the contracting officer will screen quotes to ensure they are complete, and all required information and pricing are present. This will be done quickly, and in the most minimally burdensome fashion, as determined by the contracting officer.

Price Reasonableness:
The proposed prices will be evaluated for reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business. Normally, price reasonableness is based on competitive quotations, as outlined in FAR 13.106-3(a)(1), but price reasonableness may also be determined through price analysis techniques, as described in FAR 13.106-3.

Total Evaluated Price: 
The TEP is comprised of the total contract value (base and all options) plus the 6-month option available at FAR 52.217-8, Option to Extend Services. Pricing for FAR 52.217-8 is determined by taking the average “amount” of the base and four (4) options and dividing by two (2).

Factor: PAST PERFORMANCE 

a. The Government will seek recent, relevant past performance and will be evaluated on an Acceptable/Unacceptable  scale as defined below. Information will be based on one (1) past efforts provided by the contractor and (2) data independently obtained from other Government or commercial sources in order to determine the Quoter Acceptable/ Unacceptable. Only a total of three (3) previous efforts will be evaluated. 

DEFINITION    RATING
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.    Acceptable
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.    Unacceptable

b. An assessment of the past performance information will be made to determine if it is recent. Recent contracts are contracts which have been performed within the last five (5) years from the date of the issuance of this solicitation.

c. Relevant performance includes information provided on performance efforts involving group exercise instruction that involved similar scope/complexity, magnitude of effort, contract type, and contract environment this solicitation requires as identified in the table of Relevancy Definitions below:


Relevancy Definitions
Assessment Area    Relevant
Scope/Complexity    Contractor shall provide/furnish all labor, uniforms, material, supervision and transportation necessary to provide Group Exercise Training services at Dover Air Force Base, DE 19902 for all group fitness classes as defined in this statement of work.
Magnitude    Performed on contracts/task order with a value of approximately $100K.
Contract Type    Performance under a FFP task order/contract or purchase order.
Contract Environment    Contract performance on a DoD installation within the United States. 

d. 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 IAW FAR15.305(a)(2)(iv). Therefore, the Quoter shall be determined to have unknown or neutral past performance. Unknown or neutral past performance, in the context of acceptability/ unacceptability, a neutral rating shall be considered acceptable.

Factor: TECHNICAL APPROACH

Technical Approach/Plan: Shall clearly explain how the quoter intends to ensure successful contract performance IAW the SOW. Quotes shall not simply rephrase or restate the SOW or contain general statements such as "Standard procedures will be employed". Quotes shall provide convincing rationale addressing how the technical portion of the Quote meets solicitation requirements.

Attachment 1 – Group Exercise Instructor SOW
Attachment 2 - Quote Schedule 
Attachment 3 – Provisions and Clauses
Attachment 4 – Wage Determination
Attachment 5 -FAR 52.212-1 Addendum, Instructions to Offerors – Commercial Products and Services (tailored)

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.