SOLICITATION DOCUMENT
RFQ FA487725QA219 ‐ AVGAS for the 2025
Davis-Monthan AFB Air Show
i. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart
12.6, as supplemented with additional information included in this notice. This announcement constitutes the only
solicitation; quotes are being requested and a written solicitation will not be issued.
ii. Solicitation FA4877‐25‐Q‐A219 is issued as a Request for Quotation (RFQ)
iii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular
2025-03 effective 17 Jan 2025, The DFARS provisions and clauses are those effective 01/17/2025, The DAFFARS
provisions and clauses are those effective 10/16/2024.
iv. This procurement is being issued as a small business set‐aside. The North American
Industry Classification System Code is 424720 with a size standard of 200 employees.
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:
CLIN 0001: 100LL QTY: 2816 Unit: Gallons
CLIN 0002: Aeroshell W120 Oil QTY: 16 Unit: Quarts
CLIN 0003:Aeroshell W100 Oil QTY: 36 Unit: Quarts
CLIN 0004: Mobul Jet Oil II QTY: 2 Unit: Quarts
CLIN 0005:Phillips X/C 25W60 Oil QTY: 32 Unit: Quarts
CLIN 0006:20W50 Oil QTY: 3 Unit:Quarts
CLIN 0007: 100LL & all required equipment and labor to deliver and refuel (Ryan Airfield) QTY: 500 Unit: Quarts
CLIN 0008: Aeroshell W120 oil delivered (Ryan Airfield) QTY: 80 Unit: Quarts
CLIN 0009: Disposal/Restock
CLIN 0010: Refueling Services IAW with the PWS
(see attached Performance Work Statement for additional details)
vii. The government will place an order with the offeror 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 salient characteristics of the service.
viii. Important Dates/Times (All Times are Arizona Local Time)
a. All questions must be submitted by 2pm on March 07 2025
b. All quotes must be submitted via email by 2pm March 11 2025
ix. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this
RFQ. It is the responsibility of the offeror 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, Jonathan.Turk@us.af.mil, 520‐228-5405
b. Alternate: Carlos Melendez, carlos.melendez.10@us.af.mil , 520‐228‐5255
xi. Attachments
1. Performance Work Statement
2. Provisions and Clauses
3. Wage Determinations
52.212-2 Evaluaon-Commercial Products and Commercial Services (Nov 2021)
The Government will award a contract resulng from this solicitaon to the responsible offeror whose offer
conforming to the solicitaon 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
consideraon. If found technically unacceptable the government will evaluate the next lowest offer for
technical acceptability unl award can be made to the lowest priced technically acceptable offeror. Past
Performance will not be evaluated. Therefore, the offeror’s inial 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 Contracng Officer to be necessary. Offers that fail to furnish required
representaons or informaon, or reject the terms and condions of the solicitaon may be excluded from
consideraon.
Opons. The Government will evaluate offers for award purposes by adding the total price for all opons to
the total price for the basic requirement. The Government may determine that an offer is unacceptable if
the opon prices are significantly unbalanced. Evaluaon of opons shall not obligate the Government to
exercise the opon(s).
A wrien noce of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror
within the me for acceptance specified in the offer, shall result in a binding contract without further acon
by either party. Before the offer's specified expiraon me, the Government may accept an offer (or part of
an offer), whether or not there are negoaons aer its receipt, unless a wrien noce 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 obligaon under this contract is
conngent 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 unl funds are made
available to the Contracng Officer for this contract and unl the Contractor receives noce of such
availability, to be confirmed in wring by the Contracng Officer.
(End of clause)
(a) An ombudsman has been appointed to hear and facilitate the resoluon of concerns from offerors,
potenal offerors, and others for this acquision. When requested, the ombudsman will maintain strict
confidenality as to the source of the concern. The existence of the ombudsman does not affect the
authority of the program manager, contracng officer, or source selecon official. Further, the ombudsman
does not parcipate in the evaluaon of proposals, the source selecon process, or the adjudicaon of
protests or formal contract disputes. The ombudsman may refer the interested party to another official who
can resolve the concern.
(b) Before consulng with an ombudsman, interested pares must first address their concerns, issues,
disagreements, and/or recommendaons to the contracng officer for resoluon. Consulng an
ombudsman does not alter or postpone the melines for any other processes (e.g., agency level bid
protests, GAO bid protests, requests for debriefings, employee‐employer acons, contests of OMB Circular
A‐76 compeon performance decisions).
(c) If resoluon cannot be made by the contracng 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
recommendaons that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may
be brought by the interested party for further consideraon to the Department of the Air Force
ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracng), 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 solicitaon, verify offer due date, or clarify
technical requirements. Such inquiries shall be directed to the contracng officer.
(End of clause)
5352.201-9101 OMBUDSMAN (JUL 2023)
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)