Solicitation Document:
RFQ #FA487725QA105
Control Point/Sound System Services for the 2025 Davis-Monthan AFB Air Show
i. This is a solicitation for commercial items/services prepared in accordance with FAR Part 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.
ii. Solicitation #FA487725QA105 is issued as a Request for Quotation (RFQ)
iii. This solicitation document incorporates provisions and clauses of those in effect through
Federal Acquisition Circular 2025-02 effective 03 January 2025, the DFARS provisions and clauses are
those effective 18 December 2024, the DAFFARS provisions and clauses are those effective 16 October
2024.
iv. This procurement is being issued as a Total Small Business set‐aside. The North American
Industry Classification System Code is 711320 with a size standard of $22.0M.
v. The right to make multiple or no award is reserved in the event it is advantageous to the
Government to do so.
vi. Davis‐Monthan Air Force Base intends to award a firm‐fixed price contract for the following:
a. CLIN 0001 ‐ Control Point/Sound System Services for the 2025 Davis-Monthan AFB Air Show
(IAW the Performance Work Statement)
vii. The government will place an order with the offerer whose quote meets lowest price and
technical acceptability. Technical acceptability is defined and referred to within this
solicitation document as the offeror’s capability statement to meet the defined PWS of the product.
viii. viii. Important Dates/Times (All Times are Pacific Daylight Time)
a. All questions must be submitted by email no later than 2pm January 17, 2025.
b. All quotes must be submitted by email no later than 2pm January 24, 2025.
ix. It is the responsibility of the offerer to review the posting for any changes or amendments
that may occur concerning this RFQ. It is the responsibility of the offerer to ensure all quotes
and/or questions are submitted in a timely manner by specified due date.
x. Point of Contacts:
a. Primary: Jonathan Turk, email: Jonathan.Turk@us.af.mil, 520‐228‐5405
b. Alternate: Carlos Melendez, email: carlos.melendez.10@us.af.mil, 520‐228‐5255
xi.Attachments
1. Performance Work Statement
2. Provisions and Clauses
3. Wage Determinations (Revision 24)
52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)
The Government will award a contract resulting from this solicitation to the responsible offeror
whose offer conforming to the solicitation will be most advantageous to the Government, price and
other factors considered. The following factors shall be used to evaluate offers:
(i) price;
(ii) technical capability of the service offered to meet the Government requirement;
The lowest priced offer will be evaluated for technical acceptability and best value to the
Government. If found technically acceptable and found to be the best value award will be made
without further consideration. If found technically unacceptable the government will evaluate the
next lowest offer for technical acceptability until award can be made to the lowest priced
technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror’s
initial offer should contain the offeror’s best terms from a price and technical standpoint. However,
the Government reserves the right to conduct discussions if later determined by the Contracting
Officer to be necessary. Offers that fail to furnish required representations or information, or
reject the terms and conditions of the solicitation may be excluded from consideration.
Options. The Government will evaluate offers for award purposes by adding the total price for all
options to the total price for the basic requirement. The Government may determine that an offer is
unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not
obligate the Government to exercise the option(s).
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful
offeror within the time for acceptance specified in the offer, shall result in a binding contract
without further action by either party. Before the offer's specified expiration time, the Government
may accept an offer (or part of an offer), whether or not there are negotiations after its receipt,
unless a written notice of withdrawal is received before award.
(End of provision)
52.232-18 Availability of Funds. (APR 1984)
Funds are not presently available for this contract. The Government’s obligation under this
contract is contingent upon the availability of appropriated funds from which payment for contract
purposes can be made. No legal liability on the part of the Government for any payment may arise
until funds are made available to the Contracting Officer for this contract and until the Contractor
receives notice of such availability, to be confirmed in writing by the Contracting Officer.
(End of clause)
5352.201-9101 OMBUDSMAN (JUL 2023)
(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 (e.g., agency level
bid protests, GAO bid protests, requests for debriefings, employee‐employer actions, contests of
OMB Circular A‐76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the
ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e‐mail addresses of
Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and
recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be
brought by the interested party for further consideration to the Department of 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 be 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 Departmet 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)