Skip to main content

An official website of the United States government

You have 2 new alerts

Rickenbacker ANGB Pavement Repairs

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Aug 09, 2024 02:40 pm EDT
  • Original Published Date: Jul 19, 2024 11:48 am EDT
  • Updated Date Offers Due: Aug 20, 2024 01:00 pm EDT
  • Original Date Offers Due: Aug 20, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 04, 2024
  • Original Inactive Date: Sep 04, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z2LB - REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Columbus , OH 43207
    USA

Description

Amendment #1, published 9-Aug-2024

The 121st Air National Guard is issuing an Invitation for Bids, to award a single firm fixed-price contract for services, non-personal, to provide all plant, labor, transportation, materials, tools, equipment, appliances and supervision necessary for asphalt concrete resurfacing and striping the roadways around the front gate of Rickenbaker Air National Guard Base.  Additionally there will be some strining accomplished near the flightline. 

The Construction/Contract duration is anticipated to be phased with an ultimate completion of 180 calendar days after the Notice to Proceed to include inspection and punch list, which provides adequate time to accomplish construction.

This project will be solicitated as a competitive Small Business Set-aside. All responsible offerors are encouraged to participate. The North American Industry Classification (NAICS) Code is 237310, with a size standard of $45,000,000 average annual revenue for the previous three (3) years.

The magnitude is between $100,000 and $250,000.

The pre-bid site visit date is list in the solicitation Clause 52.236-27 Alt1. Interested contractors are encouraged to attend and shall follow site visit registration and base access requirements shown in the solicitation.  

The bid opening date is listed on the solicitation and will be 20-Aug-2024 at 1300 unless changed via an amendment. 

Interested offerors must be registered in SAM. To register, go to: https://sam.gov/. You will need your SAM Unique Entity ID number to register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from SAM website online at https://sam.gov/. SAM is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies.

Your attention is directed to FAR clause 52.219-14(e)(3) (DEVIATION 2021-O0008), LIMITATIONS ON SUBCONTRACTING, which states “By submission of an offer and execution of a contract, the Offeror/Contractor agrees in performance of the contract for General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor’s 85 percent subcontract amount that cannot be exceeded”.

In accordance with FAR 36.211(b), the following information is provided:

(1) The National Guard has no agency-specific policies or procedures applicable to definitization of equitable adjustments for change orders under construction contracts other than those described at FAR 43.204, DFARS 243.204 and AFARS 5143.204.

(2) Data for the prior 3 fiscal years regarding the time required to definitize equitable adjustments for change orders under construction contracts for the National Guard is currently not available but will be compiled and provided in future announcements.

Rickenbacker AB address is as follows:
7570 Minuteman Way
BLDG 820
Columbus, OH 43217

DISCLAIMER: The official plans and specifications will be located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to https://www.sam.gov/ for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.

Contact Information

Contracting Office Address

  • KO FOR OHANG DO NOT DELETE 7370 MINUTEMAN WAY RICKENBACKER IAP
  • COLUMBUS , OH 43217-1161
  • USA

Primary Point of Contact

Secondary Point of Contact

History