Solicitation Document:
RFQ #FA487725QA158
Brand Name: PECI Flotation, LLC -Tactical
Flotation Support Systems
i. This is a solicitation for commercial items prepared in accordance with FAR Part 13, as
supplemented with addional informaon included in this noce. This announcement constutes
the only solicitaon; quotes are being requested and additional wrien solicitaon will not be
issued.
ii. Solicitaon #FA487725QA120 is issued as a Request for Quotaon (RFQ)
iii. This solicitaon document incorporates provisions and clauses of those in effect through Federal
Acquision Circular 2025-02 effecve 17 January 2025, the DFARS provisions and clauses are those
effecve 17 Janurary 2024, the DAFFARS provisions and clauses are those effecve 16 October
2024.
iv. This procurement is being issued as a Total Small Business set‐aside. The North American Industry
Classificaon System Code is 326299 with a size standard of 650 Employees.
v. The right to make mulple 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
Structure:
CLIN 0001 - PECI Tactical Flotation Support System with CO2 - Covert - Coyote Pouch/Black
Bladder (Pair) QTY: 27 each
CLIN 0002 - PECI Tactical Flotation Support System with CO2 - Covert - Coyote Pouch/Black
Bladder (Pair) QTY: 36 each
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 solicitaon 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 quesons must be submied by email no later than 2pm April 09, 2025.
b. All quotes must be submied by email no later than 2pm April 10, 2025.
ix. It is the responsibility of the offerer to review the posng for any changes or amendments that may
occur concerning this RFQ. It is the responsibility of the offerer to ensure all quotes and/or
quesons are submied in a mely manner by specified due date.
x. Point of Contacts:
a. Primary: Jonathan Turk, email: Jonathan.Turk@us.af.mil, 520‐228‐5405
b. Alternate: Matthew Hackett, email: matthew.hackett.1@us.af.mil, 520‐228‐0041
xi. Aachments
a. Brand Name Justification
b. Provisions and Clauses
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) 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
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)
5352.201-9101 OMBUDSMAN (JUL 2023)
(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)
5352.223-9000 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)