AMENDMENT 1: 10 September 2025
Amended the solicaition to reflect revisions to PWS. We’ve updated the language to reflect that 355 LRS will no longer require the removal of preexisting drawers, as they will handle that themselves. The adjustments are outlined below.
Lines 1.2.1
Lines 1.3.2.7
///BREAK///
COMBINED SYNOPSIS/SOLICITATION
RFQ FA487725QA512
FY25 Mezzanine Storage Racks
*THERE IS CURRENTLY NO FUNDS FOR THIS REQUIREMENT*
i. Solicitation FA4877-25-Q-A-512 is issued as a Request for Quotation (RFQ).
ii. This solicitation document incorporates provisions and clauses of those in effect through Federal Acquisition Circular 2025-03, effective 17 Jan 2025, DFARS provisions and clauses, effective 17 Jan 2024, and DAFFARS provisions and clauses, effective 16 Oct 2024.
iii. This procurement is being issued as Women Owned Small Busines Set-Aside. The North American Industry Classification System Code is 332311 with a size standard of 750 Employees. (PSC 5410)
iv. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
v. Davis-Monthan Air Force Base intends to issue a firm-fixed price purchase order for the following:
-- CLIN 0001: One (1) Each (EA) Modular cabinet system
-- CLIN 0002: One (1) Each (EA) All Material and Install Modular Cabinet System
vi. The government will award a contract resulting from this solicitation to the responsible offeror whose offer will
be most advantageous to the Government, price and other factors considered. See FAR Clause 52.212-2 Evaluation –
Commercial Products and Commercial Services (Nov 2021) under paragraph xiii for further details.
vii. Responsiveness & Conformance to Formatting/Informational Requirements: Quote submission must include, at
minimum, those items outlined in FAR 52.212-1. Also, quotation must be provided in a PDF or Word format with
company information clearly identified. Finally, quotation submission should be limited to no more than 4 pages.
viii. Important Dates/Times:
A site visit is tentatively scheduled for Tuesday, September 9th. Please notify the POCs listed within this posting no later than Monday, September 8th, 2025 if your company is interested in attending a site visit. A calendar invite will only be sent to those who respond within deadline.
All questions must be submitted via email no later than Friday, 12 September 2025, 3:00pm ET
All quotes must be submitted via email no later than Tuesday, 16 September 2025, 3:00pm ET
viii. It is the responsibility of the offeror to review the posting for any changes or amendments that may occur concerning this RFQ.
ix. It is the responsibility of the offeror to ensure all quotes and/or questions are submitted no later than the specified due date.
x. Point of Contacts:
Primary: Kody Jose McPherson, kody.mcpherson.1@us.af.mil, (520) 228-1922
Alternate: Adam Lynn, adam.lynn@us.af.mil, (520) 228-4183
xi. Attachments:
Attachment 1 – Performance Work Statement (PWS) v4 (Revised from v3)
Attachment 2 – Provisions & Clauses
Attachment 3 – SCA Wage Determination
Attachment 4 – 5111 Warehouse Side Layout
xii. FAR 52.212-1 - Instructions to Offerors is incorporated by reference (IBR) within the attached Provisions & Clauses document. Please refer to Acquisition.Gov for full text of IBR provisions and clauses. Quote submission must include, at minimum, those items outlined in FAR 52.212-1. Also, quotation must be provided in a PDF or Word format with company information clearly identified. Quotations submission limited to no more than 4 pages.
xiii. FAR 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 will be most advantageous to the Government, price and other factors considered. Additionally, the evaluation shall include a best value assessment between the quotes for conformance to formatting/informational requirements identified herein as well asFAR 52.212-1. Past Performance will not be Evaluated for this requirement.
Best value factors that will be considered:
Technical: Offerors must provide sufficient technical information in order to fully demonstrate capability of providing the requested product(s)/service(s) as identified in the Performance Work Statement and other attached documentation.
Price: The Government will evaluate the offeror’s quotation for price completeness ans reasonableness.
- Completeness - Offeror’s price quotation will be evaluated for completeness by confirming the offeror has provided unit and total price for all CLINs.
- Reasonableness - Offeror’s price will be evaluated for reasonableness through one or more of the methods specified in FAR 13.106-2 & 13.106-3.
Projected Timeline: The Government will evaluate proposed timelines as a distinct factor in determining best value under this solicitation. Offerors must submit a schedule that demonstrates a clear understanding of the scope, identifies key milestones, and reflects a realistic and achievable completion date. While cost and technical merit are critical, the ability to deliver within an efficient and feasible time frame may be considered favorably in trade-off decisions.
Options: Not applicable to this requirement:
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)
DAFFARS 5352.201-101 OMBUDSMAN (JUL 2023)
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.
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).
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 bebrought 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.
The ombudsman has no authority to render a decision that binds the agency.
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)
DAFFARS 5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (JUN 2024)
Contractors shall not:
Provide any service or product with any specification, standard, drawing, or other document that require the use of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
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.
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:
Halons: 1011, 1202, 1211, 1301, and 2402;
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
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)