Skip to main content

An official website of the United States government

You have 2 new alerts

Brand Name: PECI Flotation, LLC -Tactical Flotation Support Systems

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

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Apr 03, 2025 07:00 pm EDT
  • Original Published Date: Apr 03, 2025 06:52 pm EDT
  • Updated Date Offers Due: Apr 10, 2025 02:00 pm EDT
  • Original Date Offers Due: Apr 10, 2025 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 25, 2025
  • Original Inactive Date: Apr 25, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4220 - MARINE LIFESAVING AND DIVING EQUIPMENT
  • NAICS Code:
    • 326299 - All Other Rubber Product Manufacturing
  • Place of Performance:
    Tucson , AZ 85707
    USA

Description

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 addi􀆟onal informa􀆟on included in this no􀆟ce. This announcement cons􀆟tutes
the only solicita􀆟on; quotes are being requested and additional wri􀆩en solicita􀆟on 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
Acquisi􀆟on Circular 2025-02 effec􀆟ve 17 January 2025, the DFARS provisions and clauses are those
effec􀆟ve 17 Janurary 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 326299 with a size standard of 650 Employees.

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 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 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 April 09, 2025.
b. All quotes must be submi􀆩ed by email no later than 2pm April 10, 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 submi􀆩ed 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. A􀆩achments
a. Brand Name Justification
b. Provisions and Clauses

52.212-2 Evalua􀆟on-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)

5352.201-9101 OMBUDSMAN (JUL 2023)

(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)


5352.223-9000 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)

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