Amendment 1: April 7th, 2025
Fixed language in 52.212-2.
Removed 52.212-1 for instructions in Provisions and Clauses.
AMENDMENT 2: April 9th, 2025
Uploaded to Attachments/Links: Termite Diagrams provided from Customer. Please see "DMAFB - TLF - As-Builts - Termite KT" attachment for building layouts.
******************************************************************************************************************************************************
SOLICITATION
RFQ FA487725QA284
FY25 SUBTERRANEAN TERMITE CONTROL TLF BLDG 2352, 2353, 2356
i. Solicitation FA4877‐25-Q-A-284 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 Total Small Busines Set-Aside. The North American Industry Classification System Code is 561710 with a size standard of $17.5 million. (PSC S207)
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: TLF TERMITE TREATMENT TO BLDG 2352
- CLIN 0002: TLF TERMITE TREATMENT TO BLDG 2353
- CLIN 0003: TLF TERMITE TREATMENT TO BLDG 2356
- Include with Quote: Estimated period of performance
vi. The government will issue a purchase order to the offeror whose quote is the most advantageous to the Government, price and other factors considered. See FAR Clause 52.212-2 Evaluation – Commercial Products and Commercial Services (Nov 2021) for further details.
vii. Important Dates/Times:
a. A site visit is scheduled for Wednesday, April 9th. Please notify the POCs listed within this posting no later than Tuesday, April 8th, 2025 12:00pm EST if your company is interested in attending a site visit. A calendar invite will only be sent to those who respond within deadline.
b. All questions must be submitted via email no later than Tuesday, April 15th 5:00 PM EST
c. All quotes must be submitted via email no later than Wednesday, April 16th, 5:00 PM EST
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:
a. Primary: Kody Jose McPherson, kody.mcpherson.1@us.af.mil, (520) 228-1922
b. Alternate: Adam Lynn, adam.lynn@us.af.mil, (520) 228-4183
xi. Attachments:
- Attachment 1 – Performance Work Statement (PWS)
- Attachment 2 – Provisions & Clauses
- Attachment 3 – SCA Wage Determination
xii. FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021)
a. 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 evaluation shall include a best value assessment between the quotes that conform to formatting requirements identified herein as well as FAR 52.212-1. In evaluating, all factors will be considered to make a best value determination which is most advantageous to the Government.
(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 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.
b. Options. Not applicable to this requirement.
c. 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)
xv. DAFFARS 5352.201-101 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)
xvi. DAFFARS 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)