Search Contract Opportunities

OHARNG FY25 CJAG Paving   3

ID: W91364-25-B-A003 • Type: Presolicitation

Description

NAICS Code: 237310 Highway, Street, and Bridge Construction

The Ohio National Guard 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 asphalt paving of existing roads and parking lots in need of repair at Camp James A. Garfield Joint Military Training Center (CJAG), located at 8451 State Route 5, Ravenna, OH 44266. The base bid will consist of pothole repair, chip seal and pavement repairs at the following sites:

  1. Newton Falls Road (West of Route 80 to Road 1B) - Road is 20' wide and approximately 5,280' long
    1. Pothole Repair
    2. Chip Seal
  2. Primary Roads
    1. Pothole Repair
      1. Newton Falls Rd (East of Route 80 to Paris Windham Rd) 20' wide x approx. 26,928' long with few potholes
      2. Smalley Rd (East of Paris Windham Rd to County Line Rd) 19' wide x approx. 26,400' long with numerous potholes
      3. Snow Rd (South of Smalley Rd to Remalia Rd) 20' wide x approx. 3,696' long with few potholes
      4. Remalia Rd (East of Paris Windham Rd to Snow Rd) 20' wide x approx. 6.864' long with numerous potholes
      5. Load Line 2 Rd (North of South Service Rd to Remalia Rd) 20' wide x approx. 6,336' long with few potholes
      6. Paris Windham Rd (North of South Service Rd to Smalley Rd) 20' wide x approx. 15,838' long with few potholes
  3. Smalley Rd and Paris Windham Rd
    1. Full Depth Pavement Repairs
      1. Five areas on Smalley Rd totaling approx. 485 square yards
    2. Partial Depth Repairs
      1. Two areas on Paris Windham Rd totaling approx. 190 square yards. Remove 2 wearing course. Resurface with Item 448 2 asphalt surface course.
    3. Leveling Depressions
      1. Two areas on Paris Windham Rd totaling approx. 235 square yards
    4. Striping
      1. Repainting of edge and/or center lines is required in areas affected by the above repairs

In addition to the base items listed above there will be 6 additional option locations:

  1. OPTION 1: Newton Falls Road (West of Route 80 to Road 1B)
    1. Culvert Replacement
      1. Replace 24 diameter x 50' long culvert. Install half-height headwalls each end
    2. Full Depth Pavement Repair
      1. Two areas totaling 260 square yards
    3. Patching - Leveling
      1. Level and resurface approaches at box culvert (23 square yards)
  2. OPTION 2: Parking Lots for Bldgs. 1067 and DPW/Post HQ
    1. Crack Seal
      1. Bldg. 1067 lot is approx. 45,000 square feet
      2. DPW/Post HQ lot is approx. 50,000 square feet
  3. OPTION 3: Smalley Road (East of Paris Windham Rd to County Line Rd) - road is 19' wide and approximately 12,144' long
    1. Chip Seal
    2. Patching - Leveling
      1. Level and resurface depressions over culvert located west of intersection with Snow Rd Bypass and at approaches to Snow Rd Bypass turn pad
    3. Full Depth Repair
      1. Perform grade adjustments and full depth pavement repair to smooth and level roadway at Track 21

(approx. 265 square yards)

  1. OPTION 4: Butts-Kistler Road road is 12' wide and approx. 1,350' long
    1. Stone Resurfacing
      1. Remove existing vegetation and perform linear grading to ensure subgrade drains away from centerline of the road
      2. Repair potholes with ODOT #304 as needed
      3. Install 6 compacted ODOT #304
  2. OPTION 5: Ramsdell Road road is 16' wide and approx. 2,268' long
    1. Culvert Replacement
      1. Replace 40' long x 18 diameter CMP culvert. Install half-height headwalls at each end
      2. Add rip rap at outlet to fill scour hole
    2. Leveling and Overlay
      1. Mill as required to match grade at concrete turn pads that are located at each end of the work area.
      2. Install 1.5 Type 1 Intermediate Leveling Course
      3. Install 1.5 Asphalt Surface Course
  3. OPTION 6: Route 225 Gate Entrance area is approx. 56,500 square feet
    1. Full Depth Pavement Repair at concrete/grass islands
      1. Remove two concrete islands (each approx. 250 square feet)
      2. Remove two grass islands (each approx. 2,050 square feet)
      3. Install 6 ODOT 304 Base
      4. Install 6 Asphalt Concrete Base
      5. Install 1.5 Type 1 Intermediate Course
      6. Install 1.5 Type 1 Asphalt Surface Course
    2. Resurfacing
      1. Mill 3
      2. Install 1.5 Type 1 Intermediate Course
      3. Install 1.5 Asphalt Surface Course

The contract duration will be 365 calendar days after notice to proceed. This project will be a Veteran-Owned Service-Disabled Small Business Set-Aside. The North American Industry Classification System (NAICS) Code is 237310, with a small business size standard of $45,000,000.

The magnitude of construction is between $500,000 and $1,000,000.

The TENTATIVE date for issuing the solicitation is on-or-about 26 June 2025. The TENTATIVE date for the pre-bid conference is on-or-about 9 JULY 2025, 11:00 A.M. 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 24 JULY 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 and the plans and specifications 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:

(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.

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, due to NGB 2025 B-4 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.

Background
The Ohio National Guard 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 asphalt paving of existing roads and parking lots in need of repair at Camp James A. Garfield Joint Military Training Center (CJAG), located at 8451 State Route 5, Ravenna, OH 44266.

This project is a Veteran-Owned Service-Disabled Small Business Set-Aside with a small business size standard of $45,000,000.

Work Details
The base bid will consist of pothole repair, chip seal and pavement repairs at the following sites:
1. Newton Falls Road (West of Route 80 to Road 1B) - Road is 20’ wide and approximately 5,280’ long:
- Pothole Repair
- Chip Seal
2. Primary Roads Pothole Repair:
- Newton Falls Rd (East of Route 80 to Paris Windham Rd) – 20’ wide x approx. 26,928’ long with few potholes
- Smalley Rd (East of Paris Windham Rd to County Line Rd) – 19’ wide x approx. 26,400’ long with numerous potholes
- Snow Rd (South of Smalley Rd to Remalia Rd) – 20’ wide x approx. 3,696’ long with few potholes
- Remalia Rd (East of Paris Windham Rd to Snow Rd) – 20’ wide x approx. 6.864’ long with numerous potholes
- Load Line 2 Rd (North of South Service Rd to Remalia Rd) – 20’ wide x approx. 6,336’ long with few potholes
- Paris Windham Rd (North of South Service Rd to Smalley Rd) – 20’ wide x approx. 15,838’ long with few potholes.
3. Smalley Rd and Paris Windham Rd:
- Full Depth Pavement Repairs totaling approx. 485 square yards on Smalley Rd;
- Partial Depth Repairs totaling approx. 190 square yards on Paris Windham Rd;
- Leveling Depressions totaling approx. 235 square yards on Paris Windham Rd;
- Striping required in areas affected by the above repairs.

In addition to the base items listed above there will be six additional option locations:
OPTION 1: Newton Falls Road (West of Route 80 to Road 1B): Culvert Replacement and Full Depth Pavement Repair.
OPTION 2: Parking Lots for Bldgs. 1067 and DPW/Post HQ: Crack Seal.
OPTION 3: Smalley Road (East of Paris Windham Rd to County Line Rd): Chip Seal and Full Depth Repair.
OPTION 4: Butts-Kistler Road: Stone Resurfacing.
OPTION 5: Ramsdell Road: Culvert Replacement and Leveling/Overlay.
OPTION 6: Route 225 Gate Entrance: Full Depth Pavement Repair and Resurfacing.

Period of Performance
The contract duration will be for a period of 365 calendar days after notice to proceed.

Place of Performance
Camp James A. Garfield Joint Military Training Center (CJAG), located at 8451 State Route 5, Ravenna, OH.

Overview

Response Deadline
June 24, 2025, 3:00 p.m. EDT Past Due
Posted
June 9, 2025, 3:03 p.m. EDT
Set Aside
Service Disabled Veteran Owned Small Business Sole Source (SDVOSBS)
Place of Performance
OH 44266 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
50%
Signs of Shaping
86% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 6/9/25 Ohio National Guard issued Presolicitation W91364-25-B-A003 for OHARNG FY25 CJAG Paving due 6/24/25. The opportunity was issued with a Service Disabled Veteran Owned Small Business Sole Source (SDVOSBS) set aside with NAICS 237310 (SBA Size Standard $45 Million) and PSC Y1LB.
Primary Contact
Name
Claudia Tenaglia   Profile
Phone
None

Secondary Contact

Name
Herbert L. Brown   Profile
Phone
None

Documents

Posted documents for Presolicitation W91364-25-B-A003

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W91364-25-B-A003

Incumbent or Similar Awards

Contracts Similar to Presolicitation W91364-25-B-A003

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W91364-25-B-A003

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W91364-25-B-A003

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7NU USPFO ACTIVITY OH ARNG
FPDS Organization Code
2100-W91364
Source Organization Code
100255461
Last Updated
July 9, 2025
Last Updated By
herbert.l.brown24.civ@army.mil
Archive Date
July 9, 2025