DRAGOON TENTS or EQUAL
ID: FA485525Q0027Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4855 27 SOCONS LGCCANNON AFB, NM, 88103-5321, USA

NAICS

Sporting and Recreational Goods and Supplies Merchant Wholesalers (423910)

PSC

ATHLETIC AND SPORTING EQUIPMENT (7810)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of 13 units of Dragoon Tents or equivalent products for use at Cannon Air Force Base in New Mexico. The tents must meet specific requirements, including dimensions, weight, capacity, and material specifications, designed for multi-season use and ease of transport. This procurement is set aside exclusively for small businesses under NAICS code 423910, with proposals due electronically by May 7, 2025, and a focus on technical compliance and pricing in the evaluation process. Interested vendors can contact Amn Monica Cantabrana at monica.cantabrana@us.af.mil or 575-784-6204 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a price worksheet for a government request for proposals (RFP) regarding the procurement of Dragoon tents or equivalent items for use at Cannon Air Force Base in New Mexico. It outlines key components including quantities, pricing, configurations, color schemes, packed dimensions, footprint areas, capacity, whether the tents contain stakes, shipping fees, and other specifications like the inclusion of waterproof carrying bags or containers. The worksheet is structured to detail the quantity of tents (13 units) and requires bidders to input their unit prices and total costs. This document is essential in facilitating the bidding process for contractors looking to provide these tents, ensuring compliance with federal procurement standards and local requirements. The information collected will influence the selection of suppliers based on cost-effectiveness and the ability to meet specified requirements.
    The Offeror Information Document is a formal submission template for companies responding to federal RFPs or grant solicitations. It requests essential information such as the company name, CAGE code, UEI number, employee count, and annual revenue, which are vital for determining the business size under the applicable NAICS code. The document lists required attachments, including technical capabilities and a price proposal worksheet. It also emphasizes the importance of compliance with the System for Award Management (SAM), confirming whether the offeror is registered. The signature section indicates that the submitting agent possesses the authority to bind the company legally and acknowledges receipt of any addendums related to the solicitation. This document is fundamental in the bidding process, ensuring that all necessary credentials and compliance requirements are met, which can significantly impact the selection process for federal contracts or grants.
    The Department of the Air Force is issuing a combined synopsis/solicitation under solicitation number FA485525Q0027 for the procurement of 13 units of Dragoon Tents or equivalent products. This request is set aside exclusively for small businesses under NAICS code 423910, which has a size standard of 100 employees. Proposals must be submitted electronically by 7 May 2025, with technical and pricing evaluations focusing on the item’s compliance with specified requirements and past performance. The technical capability and past performance will be evaluated on an acceptable/unacceptable basis, and price will be a significant determining factor as the government will utilize a Lowest Price Technically Acceptable (LPTA) selection process. Offerors should include a proposal price worksheet, technical capability documentation, and an offeror information document, all free from any passwords or ZIP file formats. The Government reserves the right to cancel the solicitation if funds are not available and will not reimburse offerors for proposal submission costs. This solicitation reflects the Air Force's commitment to acquiring necessary equipment efficiently while adhering to federal acquisition regulations and supporting small businesses.
    The document FA485525Q0027 addresses the procurement of Dragoon Tents or equivalent products, specifically emphasizing the expected timeline for delivery after the award. The government mandates that delivery of the tents must occur within 30 calendar days after the date of award. This brief communication forms part of the Request for Proposals (RFP), outlining the conditions and timelines relevant to vendors interested in fulfilling this requirement. Overall, the document reflects the government's structured approach to procurement, ensuring clear expectations for timely delivery in line with acquisition policies.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    DRAGOON TENTS or EQUAL
    Currently viewing
    Solicitation
    Similar Opportunities
    FY26 Drone Course Equipment
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of equipment related to the FY26 Drone Course. This opportunity is a combined synopsis/solicitation for commercial products or services, with a focus on ensuring that all proposals meet specific technical requirements, including the submission of a completed Excel spreadsheet as outlined in the solicitation. The equipment is essential for enhancing training capabilities in drone operations, which are increasingly vital for modern military operations. Interested vendors must submit their proposals through the Procurement Integrated Environment (PIEE) by December 17, 2025, at 10:00 AM CST, and should direct any inquiries to Benton Medcalf at benton.medcalf@us.af.mil.
    3-Season Sleep System & Components
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for the procurement of a 3-Season Sleep System and its components. This opportunity includes a complete system, sleeping bags, and various components, with specific National Stock Numbers (NSNs) and interchangeable quantity requirements outlined for each item. The procurement is significant for military operations, providing essential sleeping gear for troops, and will be solicited in two equal lots, with one lot set aside for small businesses and the other unrestricted, emphasizing a preference for HUBZone small business concerns. Interested vendors should prepare to submit a Product Demonstration Model and certified test reports as part of their proposals, with the solicitation expected to be posted on the DLA Internet Bid Board System (DIBBS). For further inquiries, potential bidders can contact Turkessa Cook-Muhammad at turkessa.cook@dla.mil or Maria Sesso-Punzo at maria.sesso-punzo@dla.mil.
    UAS Drone Blue Cleared or Select lists compliant BPA
    Dept Of Defense
    The Department of Defense, specifically the Mission and Installation Contracting Command (MICC) at Fort Drum, New York, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for Small Unmanned Aircraft Systems (sUAS) and associated repair parts. Interested vendors must be authorized distributors of drones listed on the Blue UAS Cleared or Select lists, which are compliant with current laws and validated as cyber-secure for Department of Defense operations. This procurement is crucial for meeting the evolving mission needs of DoD users and is set aside exclusively for small businesses, with no current funding available for proposal preparation. Interested parties should submit their responses electronically, including required documentation, to the designated contacts by referencing “FY25-30 Small Unmanned Aircraft System (sUAS) Blanket Purchase Agreement (BPA)” in the subject line.
    USAFA Parkas
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force Academy (USAFA), is seeking qualified small businesses to provide men's and women's parkas under a combined synopsis/solicitation (RFQ FA700026Q0004). The procurement aims to establish a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the delivery of 400 women's parkas and 800 men's parkas annually, adhering to strict specifications and quality standards outlined in the provided documentation. These parkas are integral to the Dress Uniform for USAFA cadets, emphasizing the importance of compliance with military standards and the Berry Amendment for domestic sourcing. Interested vendors must submit firm-fixed price quotes by December 16, 2025, at 10:00 AM MST, and can reach out to primary contact Ronald Wilson at ronald.wilson.26@us.af.mil or secondary contact Wanda Farr at wanda.farr@us.af.mil for further inquiries.
    Tiny Home
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking contractors to provide a prebuilt modular Tiny Home, designed for four-season use, at Fort Drum, NY. The project requires a comprehensive construction that includes specific features such as a screened-in porch, modern kitchen appliances, a full bathroom, and a robust fire protection system, all adhering to various safety and building codes. This procurement is crucial for personnel housing and aims to enhance living conditions for military staff. Interested small businesses must contact Carrie Lawton at carrie.l.lawton.civ@army.mil or call 315-772-1065 for further details, as this opportunity is set aside for total small business participation.
    Base Elizabeth City CG Day Tent Rental
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide tent rental services for the Coast Guard Day event at Base Elizabeth City, North Carolina, scheduled for August 1, 2026. The contractor will be responsible for supplying various tents, including a 40x40 keder tent, a 40x40 pole tent, and additional tents of varying sizes, along with necessary transportation, labor, and equipment for setup and takedown. This procurement is crucial for ensuring the logistical support and infrastructure required for large-scale public events, emphasizing the importance of compliance with specifications and safety standards. Interested vendors must submit their quotes by noon Eastern Time on May 8, 2025, and are encouraged to contact Tami Clark at tami.n.clark@uscg.mil for inquiries, while ensuring they have an active vendor record at SAM.gov and meet the small business size standards prior to the submission deadline.
    Sources Sought Notice: Parachute, Cargo (NSN: 1670-00-872-6109)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command – Detroit Arsenal, is seeking qualified small businesses to provide cargo parachutes (NSN: 1670-00-872-6109, Part Number: 11-1-555) under a five-year, firm-fixed-price contract. The procurement includes a guaranteed minimum quantity of 45 units and an estimated maximum of 1,691 units, with a requirement for First Article Testing to ensure compliance with military standards. These parachutes are critical for various military operations, emphasizing the need for high-quality and reliable equipment. Interested vendors must submit proposals by January 5, 2026, and are encouraged to monitor the government website for updates and amendments, with all inquiries directed to Fady Cholagh at fady.s.cholagh.civ@army.mil or 520-725-5289.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Dept Of Defense
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    Synopsis W912CH-25-R-0176 - Collapsible Fabric Tanks (3k, 20k, 50k, 210k US gallon)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Detroit Arsenal (ACC-DTA), is preparing to solicit a 5-Year Firm Fixed Price Contract for the procurement of Collapsible Fabric Tanks in various sizes (3k, 20k, 50k, and 210k US gallons). These tanks are essential for military operations, adhering to the Military Performance Specification MIL-PRF-32233D, and will be procured under solicitation number W912CH-25-R-0176. Interested vendors must be registered in the System for Award Management (SAM) and are advised to monitor the solicitation's electronic posting for updates and amendments, as the solicitation is expected to be released in approximately fifteen days. For further inquiries, potential bidders can contact Lyndsey Pena at lyndsey.m.pena.civ@army.mil.
    NAVAIR Mobile Facilities Procurement
    Dept Of Defense
    The Department of Defense, through the Naval Air Warfare Center Aircraft Division at Joint Base MDL, NJ, is seeking proposals for the procurement of Mobile Facilities (MF) under presolicitation notice N68335-26-R-0354. The contract will involve the production and delivery of mobile habitable shelters, specifically designed to support Marine Corps avionics testing in austere environments, with dimensions of eight feet wide by 20 feet long by eight feet high. The government plans to acquire six types of MFs and conduct First Article Testing based on government drawing 1339AS, utilizing a best value approach for evaluation based on technical capabilities, past performance, and pricing. Interested vendors must submit proposals electronically via the Procurement Integrated Enterprise Environment and ensure registration in the System for Award Management (SAM) database prior to award consideration. For further inquiries, contact Daniel Webster at Daniel.g.webster2.civ@us.navy.mil or Kieran Connolly at kieran.m.connolly2.civ@us.navy.mil.