Davis-Monthan AFB Air Show 2025 On and Off Base Traffic Control

Bidders ID: NBD00159310869198116
Due Date: Feb 7, 2025
Posted Date: Feb 3, 2025
Level of Government: Federal
State: Arizona
Agency: DEPT OF DEFENSE
Category:
  • W - Lease or Rental of Equipment
Solicitation Number: FA487725QA120
Source: Members Only
Follow
Davis-Monthan AFB Air Show 2025 On and Off Base Traffic Control
Active
Contract Opportunity
Notice ID
FA487725QA120
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR COMBAT COMMAND
Office
FA4877 355 CONS PK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Feb 03, 2025 09:21 am PST
  • Original Published Date: Jan 15, 2025 02:10 pm PST
  • Updated Date Offers Due: Feb 07, 2025 02:00 pm PST
  • Original Date Offers Due: Jan 28, 2025 02:00 pm PST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 22, 2025
  • Original Inactive Date: Feb 12, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: W099 - LEASE OR RENTAL OF EQUIPMENT- MISCELLANEOUS
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Tucson , AZ 85707
    USA
Description View Changes

AMENDMENT 0001



Solicitation Document:

RFQ #FA487725QA120

DM Air Show 2025 On and Off Base Traffic Control



i. This is a solicita??on for commercial items/services prepared in accordance with FAR Part 13, as

supplemented with addi??onal informa??on included in this no??ce. This announcement constitutes

the only solicita??on; quotes are being requested and additional written solicitation will not be

issued.



ii. Solicita??on #FA487725QA120 is issued as a Request for Quota??on (RFQ)



iii. This solicita??on document incorporates provisions and clauses of those in effect through Federal

Acquisition Circular 2025-02 effec??ve 03 January 2025, the DFARS provisions and clauses are those

effec??ve 18 December 2024, the DAFFARS provisions and clauses are those effec??ve 16 October

2024.



iv. This procurement is being issued as a Total Small Business set‐aside. The North American Industry

Classifica??on System Code is 532490 with a size standard of $40.0M.



v. The right to make mul??ple 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 - Qty 1 Lot - Traffic Control Devices/Manpower/Management for On & Off Base

Traffic procedures for the 2025 Davis-Monthan AFB Air Show (IAW the Performance Work

Statement)



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 solicita??on 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 ques??ons must be submi??ed by email no later than 2pm Feburary 05, 2025.

b. All quotes must be submi??ed by email no later than 2pm Feburary 07, 2025.



ix. It is the responsibility of the offerer to review the pos??ng for any changes or amendments that may

occur concerning this RFQ. It is the responsibility of the offerer to ensure all quotes and/or

ques??ons are submitted 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: Gavin Corcoran, email: gavin.corcoran.1@us.af.mil, 520‐228‐5484



xi. Attachments

a. Performance Work Statement

b. Provisions and Clauses

c. Wage Determina??ons

d. Special Event Permit Application Checklist

e. Satellite Images of Off Base Roads Requiring Traffic Control



52.212-2 Evaluation-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) 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

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)



(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)



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)


Attachments/Links
Contact Information
Contracting Office Address
  • ADMIN ONLY NO REQTN CP 520 228 3131 3180 S CRAYCROFT RD BLDG 2525
  • DAVIS MONTHAN AFB , AZ 85707-3522
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Related Document

Dec 18, 2024[Sources Sought (Original)] 2025 Davis-Monthan Air Show On/Off Base Traffic Control
Jan 15, 2025[Solicitation (Original)] Davis-Monthan AFB Air Show 2025 On and Off Base Traffic Control
Jan 27, 2025[Solicitation (Updated)] Davis-Monthan AFB Air Show 2025 On and Off Base Traffic Control
Disclaimer: The details regarding bids, requests for proposals (RFPs), and requests for qualifications (RFQs) on this site are provided for convenience and do not represent official public notice. To respond to or inquire about bids, RFPs, or RFQs, please contact the appropriate government department.

TRY FOR FREE

Not a GovernmentBidders Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >