NAF Travel Trailer (Commodity)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The 90th Contracting Squadron at F.E. Warren AFB, WY, is soliciting quotations for one (1) new NAF Travel Trailer (Commodity). This requirement supports the 90th Force Support Squadron's Nonappropriated Fund Instrumentality (NAFI) by providing reliable, temporary lodging. The contract will be a Firm-Fixed-Price type, awarded through full and open competition. Quotes are due by 11:00 AM MST on Thursday, April 2, 2026.
Scope of Work
The vendor shall provide one (1) travel trailer meeting specific salient characteristics, including:
- Accommodating a minimum of eight (8) people.
- Dry weight under 5,000 lbs and total length under 30 feet, with an electric hitch jack.
- Factory-installed solar power system (panels and two 6-volt battery solar inverters) for off-grid capability, providing both 12V DC and 120V AC to support AC, microwave, and other electrical systems independently. Dealer installation of the power system is acceptable.
- Storage for two (2) propane canisters.
- Preferred floor plan with no slide-outs; maximum one slide-out acceptable.
- Compliance with all Department of Transportation (DOT) requirements.
- Minimum 1-year manufacturer's warranty.
- Must meet Buy American Act (BAA) or Trade Agreement Act (TAA) requirements.
Contract & Timeline
- Contract Type: Firm-Fixed-Price
- NAICS Code: 336214 - Travel Trailer and Camper Manufacturing
- Set-Aside: Full and Open Competition
- Place of Performance/Delivery: F.E. Warren AFB, WY 82005
- Required Delivery: 45 calendar days after contract award
- Questions Due: 11:00 AM MST on Wednesday, March 25, 2026
- Quotes Due: 11:00 AM MST on Thursday, April 2, 2026
- Published: March 26, 2026 (Amendment 01)
Evaluation
Award will be made to the offeror submitting the lowest priced, technically acceptable quotation. Technical acceptability will be determined by whether the proposed item meets all salient characteristics. If fewer than three quotes are received, all will be evaluated for technical acceptability. If three or more quotes are received, only the three lowest-priced quotes will initially be evaluated for technical acceptability. Price will be evaluated for fairness and reasonableness.
Submission Requirements
Offerors must submit:
- Completed Attachment 1 – Offeror Response Form.
- Completed Attachment 2 – Pricing and Schedule (including Unit Price and Delivery Date for CLIN 0001).
- Manufacturer-provided documentation (e.g., MSRP, Invoice, Specification Sheet).
- Firm-Fixed-Pricing for CLIN 0001, covering all costs.
- Company Information (CAGE, UEI, POC, Socioeconomic status).
- Discount Terms (if applicable).
Submissions must be electronic via email, not exceeding 9 MB, and without .zip files. Quotes are limited to six (6) pages (excluding attachments and manufacturer sheets), with a 12-point minimum font. Offerors must have an active SAM.gov registration at the time of quote submission. Payment will be Net 30, utilizing WAWF through PIEE.