Annual Street Resurfacing Fy26 Proj. 4-26
Agency: Lima [OH]
Location: Ohio
NAICS: Not Provided
| Agency | Department of the Army |
|---|---|
| Deadline | 06/29/26 |
| Posted | 05/16/26 |
| Estimated Value | Not Provided |
| Set Aside | None |
| NAICS | 236220 - Commercial and Institutional Building Construction |
| PSC | Z2QA - Repair Or Alteration Of Restoration Of Real Property (Public Or Private) |
| Location | Mansfield, OH 44903 United States |
Posted: May 15, 2026, 1:43 p.m. EDT
Posted: May 16, 2026, 2:10 p.m. EDT ***UPDATE 01*** Updating section of posting related to "How to Obtain Access to CUI Documents": Access to Controlled Unclassified Information (CUI): The Specifications and Drawings contain Controlled Unclassified Information (CUI) and will only be accessible upon request. Offerors must use the "Request Access" button within SAM.gov to initiate access. The system will automatically provide the Contracting Officer with the offeror's UEI and CAGE Code. The Contracting Officer will verify the offeror's Cybersecurity Maturity Model Certification (CMMC) Level 2 - CP3AO compliance or higher before granting access to CUI documents. Approved offerors will access the Specifications and Drawings directly through SAM.gov and must adhere to all CUI handling and safeguarding requirements as outlined in DFARS 252.204-7021. Non-compliance may result in access revocation and disqualification. Early submission of access requests is strongly encouraged. More information regarding CMMC can be found at https://dodcio.defense.gov/CMMC/Y. ***END OF UPDATE 01*** The Ohio National Guard is issuing this solicitation as a Request for Proposals (RFP), to award a single firm fixed- price contract for commercial construction services for PBXP222050 Building 403 CYBER Repair. Project requirements include meeting ICD-705 standards and accommodate current cyberoperations mission requirements, in accordance with design specifications and drawings, located at the 179th Cyberspace Wing, Mansfield, Ohio ANG. The contract duration is five hundred and forty (540) calendar days after issuance of notice to proceed, to include completion of final inspection and punch list items. The magnitude of this project is between $10,000,000 and $20,000,000. The North American Industry Classification System (NAICS) code for this work is 236220. The small business size standard is $45,000,000 This action is being procured on an UNRESTRICTED basis. The HUBZone price evaluation preference described at RFO FAR 19.110 will apply. A Small Business Subcontracting Plan is required if the offeror is a large business and must be submitted with the offer. The pre-proposal conference is scheduled for 28 May 2026, 10:00am EST; interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation - see Section 00 21 00-Instructions, for pertinent details. A site visit will follow the pre-proposal conference. All questions for the pre-proposal conference shall be submitted by two (2) business days prior to scheduled day, via email to: gordon.strom.1@us.af.mil . The solicitation closing date is 29 June 2026, 1:00pm EST. The source selection process will be conducted in accordance with the Source Selection Procedures described in RFO FAR 15.3, RFO DFARS 215.3, and AFARS 5115.3. Evaluation factors include Technical Capability, Past Performance, and Price. The Government intends to award contracts without conducting discussions. See Section's 00 21 16 and 00 22 16 of solicitation for all pertinent information related to proposal submission and evaluation process. Interested offerors must be registered in the System for Award Management (SAM). To register go to www.sam.gov . Instructions for registering are on the web page (there is no fee for registration). The solicitation and associated information will be available only from the Contract Opportunities page at SAM.gov. ***Cybersecurity Maturity Module Certification (CMMC) Requirement*** NOTE: only Offerors who possess the minimum CMMC level will be granted access to solicitation documentation. ALL Offerors shall have a current CMMC status at the following CMMC level (or higher): Level 2 CP3AO (Level 2 Self-certifications are not sufficient), for all information systems used in the performance of the contract, to include accessing design specifications and drawings posted to Sam.gov/Contract Opportunities, during the solicitation phase. See DFARS 252.204-7021. Offerors will need to be registered in the Procurement Integrated Enterprise Environment (PIEE), at: https//piee.eb.mil, the navigate to the Supplier Performance Risk System (SPRS) module, to register for CMMC. ***To obtain access to solicitation CUI documents posted on SAM.gov*** Contractors shall send their CMMC Unique Identifier (UID) to: gordon.strom.1@us.af.mil . Only authorized representatives of the contractor that possesses the minimum CMMC level certification shall send requests for access to CUI documents in SAM.gov. *** *** *** *** This solicitation is not an invitation for bids and there will not be a formal public bid opening. All inquiries shall be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to email your questions to: gordon.strom.1@us.af.mil . DISCLAIMER: The official plans and specifications will be located on the official Government webpage, and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible for various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. In accordance with RFO FAR 36.101-4(b), the following information is provided: 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 RFO FAR 43.304, RFO DFARS 243.304 and AFARS 5143.304. 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. NOTE 1: Specifications and drawings attached to solicitation are currently B2/100% Pre-final versions. B3-final versions of specifications and drawings will be posted to SAM.gov prior to pre-proposal conference/site visit. NOTE 2: Electronic Security System (ESS) requirements as detailed in Section 28 10 05 are brand name/sole source-specific (Advantor). Attachment 08, Justification and Approval is included with the solicitation. NOTE 3: In addition to base bid line items, the solicitation includes the following option line items: OPTION 01: Electronic Security System (ESS) OPTION 02: Back-up Generator & Load Bank
| Contact name | Gordon Strom |
|---|---|
| Contact email | gordon.strom.1@us.af.mil |
| Contact phone | None |
Agency: Lima [OH]
Location: Ohio
NAICS: Not Provided
Agency: Greene County Sanitary Engineering [OH]
Location: Ohio
NAICS: Not Provided
Agency: Akron Metropolitan Housing Authority [OH]
Location: Ohio
NAICS: Not Provided
Agency: Greater Dayton Regional Transit Authority [OH]
Location: Ohio
NAICS: Not Provided