Loading...
FA487726QA078
Response Deadline
May 8, 2026, 3:00 PM(MDT)7 days
Eligibility
Contract Type
Solicitation
RFQ #FA487726QA078
Customized Scuba Dive Trailer
i. This is a solicitation for commercial services prepared in accordance with RFO Part 12, as supplemented with additional information included in this notice.
ii. Solicitation FA487726QA078 is issued as a Request for Quotation (RFQ) and additional written solicitation will not be issued.
iii. This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2026-01, effective 13 March 2026. Included DFARS provisions and clauses are those in effect as of 10 November 2025. Included DAFFARS provisions and clauses are those in effect as of 16 October 2024. Additionally, Revolutionary FAR Overhaul updates and DFARS deviations applicable to this solicitation are dated on or after 2/01/2026.
iv. This solicitation is being issued utilizing a Women Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement 336214 – Travel Trailer and Camper Manufacturing and has a business size standard of 1,000 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:
a. CLIN 0001- Enclosed Dive Equipment Trailer (Customized)
vii. The government will place an order with the offeror whose quote meets the 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 product or service.
viii. Important Dates/Times (All times are Mountain Daylight Time)
a. All questions must be submitted via email no later than 5 May 2026 @9:00am MDT.
b. All quotes must be submitted via email no later than 8 May 2026 @9:00am MDT
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: A1C Jazmine Flagg, jazmine.flagg@us.af.mil, 520-228-4190
b. Alternate: Micky Hallman, micky.hallman.1@us.af.mil, 520-228-2214
xi. Attachments
1: Specification Document
2: Provisions and Clauses
3. Technical Data Package
xii. 5352.201-9101 ACC - 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)
xiii. 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021)
(a) The Government will award a contract resulting from this solicitation to the responsive and responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers:
i. Price. The lowest priced offer will be evaluated for technical acceptability and best value to the Government. If found technically acceptable, award will be made without further consideration. If found technically unacceptable, the government will evaluate the next lowest quote for technical acceptability, and so on, until award can be made to the lowest priced technically acceptable quote. Therefore, the quoter’s initial quote should contain the quoter’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. Quotes that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
ii. Technical. Technical capability of the service to meet the Government’s requirements in accordance with the Performance Work Statement. Contractor shall attach adequate supporting documentation so that the government is able to evaluate the capabilities of the vendor.
(b) Options. Options are not included in this requirement.
(c) A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the quote, shall result in a binding contract without further action by either party. Before the quote’s specified expiration time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
xiv. 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) (June 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.
[Note: This prohibition does not apply to manufacturing.]
(b) 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:
(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)
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR COMBAT COMMAND
FA4877 355 CONS PK
FA4877 355 CONS PK
ADMIN ONLY NO REQTN CP 520 228 3131
3180 S CRAYCROFT RD BLDG 2525
DAVIS MONTHAN AFB, AZ, 85707-3522
NAICS
Travel Trailer and Camper Manufacturing
PSC
TRAILERS
Set-Aside
Total Small Business Set-Aside (FAR 19.5)