RFQ #FA4877-25-Q-A-343
Sports Medicine (Center of Resilience) Equipment Requirement
1. This is a solicitation for commercial items prepared in accordance with FAR Pt 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and additional written solicitation will not be issued.
2. Solicitation FA4877-25-Q-A-343 is issued as a Request for Quotation (RFQ) with requested items Brand Name or Equivalent to those listed in Excel Spreadsheet at attachment a (Center of Resilience CLIN Breakdown).
3. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2025-03 effective 17 January 2025, DFARS provisions and clauses in effect 01/17/2025, and DAFFARS provisions and clauses in effect 10/16/2024.
4. This procurement is being issued utilizing a Women Owned Small Business set-aside. The North American Industry Classification System Code is 339920 with a size standard of 750 employees.
5. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
6. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:
-- Please see Center of Resilience CLIN Breakdown--
7. The government will issue a purchase order to the oeror whose quote meets lowest price and technical capability. Technical acceptability is defined and referred to within this solicitation document as the offeror's capability statement to meet defined products within Center of Resilience Equipment CLIN Breakdown. See FAR Clause 52.212-2 Evaluation –Commercial Products and Commercial Services (Nov 2021) under section xii for further details.
8. Important Dates/Times (All Times are Eastern Standard Time)
a. All questions must be submitted by 9 May 2025 05:00 PM EST
9. It is the responsibility of the offeror to review the RFQ posting for any changes or amendments that may occur. It is the responsibility of the offeror to ensure all quotes and/ or questions are submitted no later than the specified due date/time.
10. Point of Contacts:
a. Primary: Kody McPherson, kody.mcpherson.1@us.af.mil, 520-228-1922
b. Alternate: SrA Adam Lynn, adam.lynn@us.af.mil, 520-228-4183
11. Attachments
a. Center of Resilience Equipment CLIN Breakdown
b. Provisions and Clauses
52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)
a.The Government will award a contract resulting from this solicitation to theresponsible offeror whose offer conforming to the solicitation will be mostadvantageous to the Government, price and other factors considered. The followingfactors shall be used to evaluate offers:
(i)technical capability of the service offered to meet the Government requirement;
(ii)price;
The lowest priced offer will be evaluated for technical acceptability and best value tothe Government. If found technically acceptable and found to be the best value awardwill be made without further consideration. If found technically unacceptable thegovernment will evaluate the next lowest offer for technical acceptability until awardcan be made to the lowest priced technically acceptable offeror. Past Performance willnot be evaluated. Therefore, the offeror’s initial offer should contain the offeror’s bestterms from a price and technical standpoint. However, the Government reserves theright to conduct discussions if later determined by the Contracting Officer to benecessary. Offers that fail to furnish required representations or information, or rejectthe terms and conditions of the solicitation may be excluded from consideration.
b.Options. Not applicable to this requirement.
c.A written notice of award or acceptance of an offer, mailed or otherwise furnished tothe successful offeror within the time for acceptance specified in the offer, shall resultin a binding contract without further action by either party. Before the offer's specifiedexpiration time, the Government may accept an offer (or part of an offer), whether ornot there are negotiations after its receipt, unless a written notice of withdrawal isreceived before award.
(End of Provision)
5352.201-9101 ACC Ombudsman Oct 2019
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 cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to 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 bse directed to the contracting officer.
(End of clause)
5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (Jun 2024)
(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.
(b)For the purposes of Department of the 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 Department of the Air Force definition of a Class I ODS.]
(End of clause)