Recreation Management and Point of Sale (POS) System
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 Department of the Air Force is seeking a Recreation Management and Point of Sale (POS) System for the 23d Force Support Squadron (23 FSS) at Moody Air Force Base, Georgia. This Request for Quotation (RFQ) aims to procure a modern, fully integrated, and scalable enterprise-wide solution. Quotes are due by March 23, 2026, at 8:00 AM EST.
Scope of Work
The 23 FSS requires a unified platform to manage recreational programs, facility reservations, customer registration, retail sales, and financial reporting. The system must support multiple facilities and high transaction volumes, including in-person POS sales and online registrations, without performance degradation. Key functional requirements include:
- Customer Sign-In and Data Management: Capture customer info, visit history, usage statistics, and secure data storage.
- Activity & Program Registration: Create and manage programs, flexible pricing, real-time roster tracking, and waitlist functionality.
- Facility & Rental Management: Centralized scheduling, conflict detection, rental permits, and online reservation requests.
- Integrated Point of Sale (POS): Process retail sales, admissions, rentals, and registrations; support modern POS hardware; track inventory; and handle multi-user, multi-location transactions.
- Financial & Reporting Module: Centralized transaction recording, support various payment methods, end-of-day reconciliation, detailed financial reporting, and PCI DSS compliance.
The system will manage 6 facilities and require back-office access for 6 staff members, intended for use over a 6-month period. A cloud-based Software-as-a-Service (SaaS) solution is preferred, with strong scalability and industry-standard cybersecurity practices.
Contract & Timeline
- Solicitation Type: Request for Quotation (RFQ) - FA483026Q0010
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 334610 (Size Standard: 1,250 employees)
- Quotes Due: March 23, 2026, 8:00 AM EST
- Questions Due: March 19, 2026, 8:00 AM EST
- Published: March 17, 2026
Evaluation Factors
Award will be made to the responsible offeror representing the best value to the Government, based on:
- Price: Lowest Price Technically Acceptable (LPTA).
- Technical Capability: Offerors must demonstrate the ability to meet all technical requirements.
- Past Performance: Assessed based on recent and relevant contracts, rated as "Acceptable" or "Unacceptable."
Instructions to Offerors
Submit quotes via email to erick.boswell@us.af.mil or hand-deliver to 23 CONS/PKB, 4380 Alabama Rd., Bldg. 932, Moody AFB, GA 31699-1794. It is the contractor's responsibility to confirm receipt. All questions must be submitted in writing to erick.boswell@us.af.mil and CC nasir.smith.1@us.af.mil. Companies must be registered in SAM.gov.
Additional Notes
An attached Q&A document provides clarifications, though some government responses are not fully detailed in the summary.