Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2025 SAM #8615
SOLICITATION NOTICE

Y -- FY25 OHARNG CJAG Culvert Project

Notice Date
6/26/2025 8:51:10 AM
 
Notice Type
Presolicitation
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
W7NU USPFO ACTIVITY OH ARNG COLUMBUS OH 43235-2712 USA
 
ZIP Code
43235-2712
 
Solicitation Number
W91364-25-B-A0005
 
Response Due
7/11/2025 9:00:00 AM
 
Archive Date
07/26/2025
 
Point of Contact
Barry Beale, Herbert L. Brown
 
E-Mail Address
barry.b.beale.civ@army.mil, herbert.l.brown24.civ@army.mil
(barry.b.beale.civ@army.mil, herbert.l.brown24.civ@army.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Ohio Army National Guard Synopsis FY25 CJAG Culvert Project Sol# W91364-25-B-A005 NAICS Code: 237110 Construction of Tunnels and Subsurface Structures The Ohio Army National Guard (OHARNG) intends to issue 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 the removal and replacement of culverts at various locations throughout CJAG. The base bid will consist of two box culverts located on Smalley Road along with four additional option locations. The culvert sites identified in the base bid will require the contractor to provide designs to correct the existing placements. The contractor will be expected to perform geotechnical site surveys, hydraulic analysis and wetland delineation studies to ensure that current erosion and design issues are corrected. In addition to the base work described above, the solicitation will include the following option line items: OPTION 1: Road 5C Culverts OPTION 2: Erosion Repairs � Various Sites OPTION 3: Magazine Road Culverts OPTION 4: Randall Road Twin Culvert. The contract duration will be 365 calendar days after notice to proceed to include inspection and punch list. This project is set aside 100% for Service Disabled-Veteran Owned Small Businesses. The North American Industry Classification System (NAICS) Code is 237110, with a small business size standard of $45,000,000. The magnitude of construction is between $500,000.00 and $1,000,00.00. The tentative date for issuing the solicitation is on-or-about 11 July 2025. The tentative date for the pre-bid conference is on-or-about July 24 2025, 11:00am local time, location to be provided in the solicitation. Interested contractors are encouraged to attend and shall follow conference registration and base access requirements shown in the solicitation. A site visit will follow the pre-bid conference. The bid opening date is tentatively planned for on-or-about 5 August 2025. Actual dates and times will be identified in the solicitation. 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. 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: 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. 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. DISCLAIMER: The official plans and specifications are 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/353dbd6dad344c508c62a7adb6c34267/view)
 
Place of Performance
Address: OH 44266, USA
Zip Code: 44266
Country: USA
 
Record
SN07490336-F 20250628/250626230041 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.