Active Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is soliciting quotes for a pump and engine package, specifically a Darley HE 500 system, under RFQ FA4877-26-Q-A-123. This opportunity is set aside for Service Disabled Veteran Owned Small Businesses. Quotes must meet the lowest price and technical capability criteria. All questions are due by May 12, 2026.
RFQ #FA4877-26-Q-A-123
PUMP & ENGINE PACKAGE Requirement
1. This is a solicitation for commercial items prepared in accordance with RFO Pt 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and additional written solicitation will not be issued.
2. Solicitation FA4877-26-Q-A-123 is issued as a Request for Quotation (RFQ) with requested items Brand Name Only to those items listed in the solicitation.
3. 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.
4. This procurement is being issued utilizing a Service Disabled Veteran Owned Small Business set-aside (SDVOSB). The North American Industry Classification System Code is 333618 with a size standard of 1,500 employees.
5. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so.
6. Davis-Monthan Air Force Base intends to award a firm-fixed price contract for the following:
PUMP & ENGINE PACKAGE - DARLEY HE 500
7. The government will issue a purchase order to the offeror whose quote meets lowest price and technical capability. Technical acceptability is defined and referred to within this solicitation document as the offeror’s capability statement to meet defined products within Salient Characteristics document and/or Items listed in Section 6. See RFO Clause 52.212-2 Evaluation – Commercial Products and Commercial Services.
8. Important Dates/Times (All Times are Mountain Time)
9. It is the responsibility of the offeror to review the RFQ posting for any changes or amendments that may occur. It is the responsibility of the offeror to ensure all quotes and/ or questions are submitted no later than the specified due date/time.
10. Point of Contacts:
11. Attachments
12. Real ID Requirment
52.212-2 Evaluation—Commercial Products and Commercial Services.
As prescribed in RFO 12.205(a)(2), insert a provision substantially as follows:
Evaluation—Commercial Products and Commercial Services
(a) Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer 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) technical capability of the item offered to meet the Government requirement;
The Government will evaluate the offeror’s technical capability based on whether the proposed brand‑name product fully complies with all salient characteristics identified in the attached specification document. Only products that meet all required brand‑name features and salient characteristics will be rated technically acceptable. Failure to demonstrate conformance to each listed characteristic will result in a rating of technically unacceptable.
(ii)price;
The lowest priced offer will be evaluated for technical acceptability and best value tothe Government. If found technically acceptable and found to be the best value an award will be made without further consideration. If found technically unacceptable the government will evaluate the next lowest offer for technical acceptability until award can be made to the lowest priced technically acceptable offeror. Past Performance will not be evaluated. Therefore, the offeror’s initial 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 Contracting Officer to be necessary. Offers that fail to furnish required representations or information, or rejectthe terms and conditions of the solicitation may be excluded from consideration.
(b) Options (if applicable). Not applicable for this requirement.
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice 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 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)
PUMP & ENGINE PACKAGE is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.