SOLICITATION NOTICE
U -- Pre-Deployment Training
- Notice Date
- 11/19/2025 3:08:35 PM
- Notice Type
- Solicitation
- NAICS
- 611699
— All Other Miscellaneous Schools and Instruction
- Contracting Office
- FA4877 355 CONS PK DAVIS MONTHAN AFB AZ 85707-3522 USA
- ZIP Code
- 85707-3522
- Solicitation Number
- F1PT5A5267A002
- Response Due
- 11/26/2025 1:00:00 PM
- Archive Date
- 12/11/2025
- Point of Contact
- Andrew Johnson, Phone: 5202284183, Jeffrey Dreyer, Phone: 5202284830
- E-Mail Address
-
Andrew.johnson.162@us.af.mil, jeffrey.dreyer@us.af.mil
(Andrew.johnson.162@us.af.mil, jeffrey.dreyer@us.af.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION RFQ F1PT5A5267A002 � FY26 48 RQS Pre-Deployment Training 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. ii. Solicitation FA4877?25?Q?A-002 is issued as a Request for Quotation (RFQ) iii. This solicitation document incorporates Federal Acquisition Regulation (FAR) provisions and clauses enacted through Federal Acquisition Circular 2025-06, 1 October 2025, DFARS provisions and clauses effective as of 24 October 2025, and DAFFARS provisions and clauses effective as of 16 October 2024. iv. This solicitation is being issued as without set-aside (i.e., Full and Open). The North American Industry Classification System Code is 611699. v. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. vi. Submitted quotation packages may not exceed six pages in length. vii. Responsiveness & Conformance to Formatting/Informational Requirements: Quote submission must include, at minimum, those items outlined in FAR 52.212-1. Also, quotation must be provided in a PDF or Word format with company information clearly identified. viii. Davis?Monthan Air Force Base intends to issue a firm?fixed price purchase order for the following: a. CLIN 001: Pre-Deployment Training in accordance with Performance Work Statement ix. The Government intends to award a contract resulting from this solicitation to the responsible/ responsive quoter whose quotation package conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical acceptability is defined and referred to within this solicitation document as the quoter�s capability to perform all requirements identified in the PWS. Please refer to FAR 52.212-2 under section xii of this document for further clarification. x. Important Dates/Times (All Times are Mountain Standard Time) a. All questions must be submitted via email by 24 Nov 2025 2:00 PM MST b. All quotes must be submitted via email by 26 Nov 2025 2:00 PM MST xi. It is the responsibility of the quoter to review the posting for any changes or amendments that may occur concerning the RFQ. It is the responsibility of the quoter to ensure all quotes and/or questions are submitted in a timely manner by specified due date. xii. Point of Contacts: a. Primary: Andrew Johnson, andrew.johnson.162@us.af..mil, 520-228-4183 b. Alternate: Jeffrey Dreyer, jeffrey.dreyer@us.af.mil, 520-228-4967 c. Contracting Officer: Micky Hallman, micky.hallman.1@us.af.mil, 520-228-2214 xiii. Attachments a. Attachment 1 � Performance Work Statement c. Attachment 2 � Provisions & Clauses xiv. FAR 52.212-2 Evaluation -- Commercial Products and Commercial Services (Nov 2021) The Government intends to award a contract resulting from this solicitation to the responsible/ responsive quoter whose quotation package 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 all responsive quotes that conform to formatting and content requirements as identified herein as well as at FAR 52.212-1. During evaluation(s), all factors identified below will be considered to make a best value determination as to which quoter�s submission is most advantageous to the Government. (i) Display clear capability for supporting the timeline(s) of the requirement components as outlined int the PWS; (ii) Display technical capability for supporting the quoted service(s) which meet the training/physical requirements as outlined in PWS; (iii) Price; Therefore, the quoter's initial quotation package should contain the best terms from a completion timeline, 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. (b) Options. Not Applicable to this requirement. (End of Provision) xv. DAFFARS 5352.201-101 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) 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) xvii. Real ID Requirement. Beginning May 7, 2025, Davis Monthan Air Force Base will require all visitors seeking base access to possess a REAL ID in accordance with the REAL ID Act of 2005 and DoD Manual 5200.08 Vol 3, Physical Security Program: Access: to DoD Installations .Federal installations, including Davis-Monthan AFB, will no longer accept non-marked state-issued identification cards after May 6, 2025. As mandated by the Department of Homeland Security (DHS), state-issued licenses and identification cards must include a REAL ID-compliant marking�star markings, �Enhanced� verbiage, etc.�indicating adherence to federal standards. Enhanced Driver�s Licenses (EDLs) issued by Washington, Michigan, Minnesota, New York and Vermont are also acceptable for federal purposes. Although most EDLs do not contain the REAL ID star marking, they meet DHS criteria for access. To obtain a REAL ID, individuals must visit their state�s driver licensing agency website for documentation requirements. At a minimum, applicants must provide proof of full legal name, date of birth, Social Security number, two proofs of address and lawful status. States may impose additional requirements. Minors under 18 years of age are not required to present REAL ID-compliant credentials for travel or base access, but their accompanying adult must be compliant. Individuals issued a �LIMITED-TERM� REAL ID�commonly non-citizens with documentation such as a Permanent Resident Card, visa, or employment authorization�must present the same documentation when requesting access to DMAFB. Common REAL ID-compliant credentials include U.S. passports, permanent resident cards and other identification approved under DODM5200.08v3. Current Defense Biometric Identification System (DBIDS) badges are not impacted by this change. However, new or replacement DBIDS badges will only be issued upon presentation of REAL ID-compliant credentials. When screening visitors for DBIDS Contractor Badges and EAL sponsorship visitation requests, it is the direct responsibility of the DoD-affiliated sponsor to verify that the personnel they are requesting badging or visitation for are REAL ID compliant. For DBIDS contractors, Visitor Control Center badging personnel will confirm contractors� REAL ID compliance when they come to receive their DBIDS badge. Security Forces personnel will verify visitors� driver�s licenses and identification cards to ensure REAL ID compliance is met. Non-compliance will result in immediate denial to the installation until REAL ID compliance is met. Security Forces entry controllers will verify REAL ID compliance of visitors when verifying their credentials with Entry Authorization Lists. Non-compliance will result in immediate denial to the installation until REAL ID compliance is met. For more information on REAL ID compliance and requirements, visit www.dhs.gov/real-id. For questions regarding access to Davis-Monthan AFB, contact the 355th Security Forces Squadron Pass and Badge Office at 520-228-3224. (End of requirement)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/59c92bffa0fd4ac2990950a2ce956441/view)
- Place of Performance
- Address: Tucson, AZ 85707, USA
- Zip Code: 85707
- Country: USA
- Zip Code: 85707
- Record
- SN07646364-F 20251121/251119230036 (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 |