Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 04, 2025 SAM #8498
SOLICITATION NOTICE

91 -- Davis-Monthan 2025 Air Show - AVgas & Refueling

Notice Date
3/2/2025 12:55:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424720 — Petroleum and Petroleum Products Merchant Wholesalers (except Bulk Stations and Terminals)
 
Contracting Office
FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
 
ZIP Code
85707-3522
 
Solicitation Number
FA487725QA219
 
Response Due
3/11/2025 1:00:00 PM
 
Archive Date
03/26/2025
 
Point of Contact
Jonathan Turk, Phone: 5202285405, Carlos Melendez, Phone: 5202285255
 
E-Mail Address
jonathan.turk@us.af.mil, carlos.melendez.10@us.af.mil
(jonathan.turk@us.af.mil, carlos.melendez.10@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 Evalua?on-Commercial Products and Commercial Services (Nov 2021) The Government will award a contract resul?ng from this solicita?on to the responsible offeror whose offer conforming to the solicita?on 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 considera?on. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability un?l award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror�s ini?al 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 Contrac?ng Officer to be necessary. Offers that fail to furnish required representa?ons or informa?on, or reject the terms and condi?ons of the solicita?on may be excluded from considera?on. Op?ons. The Government will evaluate offers for award purposes by adding the total price for all op?ons to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the op?on prices are significantly unbalanced. Evalua?on of op?ons shall not obligate the Government to exercise the op?on(s). A wri?en no?ce 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 ac?on by either party. Before the offer's specified expira?on ?me, the Government may accept an offer (or part of an offer), whether or not there are nego?a?ons a?er its receipt, unless a wri?en no?ce 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 obliga?on under this contract is con?ngent 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 un?l funds are made available to the Contrac?ng Officer for this contract and un?l the Contractor receives no?ce of such availability, to be confirmed in wri?ng by the Contrac?ng Officer. (End of clause) (a) An ombudsman has been appointed to hear and facilitate the resolu?on of concerns from offerors, poten?al offerors, and others for this acquisi?on. When requested, the ombudsman will maintain strict confiden?ality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contrac?ng officer, or source selec?on official. Further, the ombudsman does not par?cipate in the evalua?on of proposals, the source selec?on process, or the adjudica?on of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consul?ng with an ombudsman, interested par?es must first address their concerns, issues, disagreements, and/or recommenda?ons to the contrac?ng officer for resolu?on. Consul?ng 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 ac?ons, contests of OMB Circular A?76 compe??on performance decisions). (c) If resolu?on cannot be made by the contrac?ng 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 recommenda?ons that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further considera?on to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contrac?ng), 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 solicita?on, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contrac?ng 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)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4c82abb9f5424386a43d411593c17f78/view)
 
Place of Performance
Address: Tucson, AZ 85707, USA
Zip Code: 85707
Country: USA
 
Record
SN07358118-F 20250304/250302230025 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.