Ohio Army National Guard
FY25 CJAG Paving Project
Solicitation# W91364-25-B-A007
Instructions to Bidders
Description of the Project: 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:
OPTION 1: Newton Falls Road (West of Route 80 to Road 1B)
Replace 24” diameter x 50’ long culvert. Install half-height headwalls each end
- Full Depth Pavement Repair
- Two areas totaling 260 square yards
- Patching - Leveling
- Level and resurface approaches at box culvert (23 square yards)
OPTION 2: Parking Lots for Bldgs. 1067 and DPW/Post HQ Crack Seal
- Bldg. 1067 lot is approx. 45,000 square feet
- DPW/Post HQ lot is approx. 50,000 square feet
OPTION 3: Smalley Road (East of Paris Windham Rd to County Line Rd) - road is 19’ wide and approximately 12,144’ long
- Chip Seal
- Patching - Leveling
-
- Level and resurface depressions over culvert located west of intersection with Snow Rd Bypass and at approaches to Snow Rd Bypass turn pad
- Full Depth Repair
-
- Perform grade adjustments and full depth pavement repair to smooth and level roadway at Track 21
- (approx. 265 square yards)
- OPTION 4: Butts-Kistler Road – road is 12’ wide and approx. 1,350’ long
- Stone Resurfacing
-
- Remove existing vegetation and perform linear grading to ensure subgrade drains away from centerline of the road
- Repair potholes with ODOT #304 as needed
- Install 6” compacted ODOT #304
OPTION 5: Ramsdell Road – road is 16’ wide and approx. 2,268’ long
- Culvert Replacement
-
- Replace 40’ long x 18” diameter CMP culvert. Install half-height headwalls at each end
- Add rip rap at outlet to fill scour hole
- Leveling and Overlay
-
- Mill as required to match grade at concrete turn pads that are located at each end of the work area.
- Install 1.5” Type 1 Intermediate Leveling Course
- Install 1.5” Asphalt Surface Course
OPTION 6: Route 225 Gate Entrance – area is approx. 56,500 square feet
- Full Depth Pavement Repair at concrete/grass islands
-
- Remove two concrete islands (each approx. 250 square feet)
- Remove two grass islands (each approx. 2,050 square feet)
- Install 6” ODOT 304 Base
- Install 6” Asphalt Concrete Base
- Install 1.5” Type 1 Intermediate Course
- Install 1.5” Type 1 Asphalt Surface Course
- Resurfacing
-
- Mill 3”
- Install 1.5” Type 1 Intermediate Course
- Install 1.5” Asphalt Surface Course
Instructions to Bidders:
You are invited to submit a bid in response to our Invitation for Bids (IFB) entitled W91364-25-B-A007 entitled The FY25 CJAG Paving Project
As a result of this solicitation, the Government intends to award a Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible bidder whose bid, conforming to the invitation for bids, will be most advantageous to the Government, considering only price.
This solicitation is set-aside 100% for Service-Disabled Veteran Owned Small Businesses (SDVOSB).
EVALUATION FOR AWARD. The award criteria for this requirement will be based on price and price related factors in accordance with (IAW) FAR Part 14.201-8
NOTICE OF PRE-BID CONFERENCE AND SITE VISIT:
A pre-bid conference will be conducted on July 24th 2025 at 11:00am EST, for the purposes of briefing on the bid requirements and answering questions regarding this solicitation. This conference will be held at:
Building 1068
8451 SR 5 Ravenna Ohio, 44266
Interested Contractors are highly encouraged to attend the pre-bid conference. The site visit will be held following the conference.
Due to security conditions, all offerors must register to attend this conference and site visit. Email the following information for all attendees to MSG Brian Persing at the following address: brian.w.persing.mil@army.mil
Firm Name and Telephone Number
Visitor’s Name and Social Security No.
Drivers License
Citizenship
This information must be provided in advance, 3 business days prior to the meeting, in order to ensure access to the military base and conference site and ensure adequate seating for the conference attendees. Even if you have access to the base you must register to ensure adequate seating. The furnishing of the above information is voluntary; however, your failure to furnish all or part of the requested information may result in the Government’s denial of your access to the pre-bid conference. This information will be provided to the Base Security Forces who will authorize your entrance to the site.
Visitors must pick up their passes at the Installation’s Main Entry Gate prior to arrival. You will be required to present the following information upon arrival: (1) Vehicle Registration, (2) Valid Drivers License, (3) Proof of Insurance for Vehicle, (4) Safety Inspection and Car Rental agreement if applicable. Any of the above information furnished by you is protected under the Privacy Act and shall not be released unless permitted by law and/or you have consented to such.
Information provided at this conference or site visit shall not qualify the terms and conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgment and receipt of solicitation amendments shall apply.
A record of the conference shall be made and furnished to all prospective bidders via posting at www.SAM.gov. The record will include minutes of the meeting, including questions (on a non-attribution basis) and answers.
FORMAL COMMUNICATION, OFFEROR EXPLANATIONS:
Submit all questions in the format shown below by email to the contracting office at the addresses show below. Do NOT contact A-E or Engineering personnel directly. Doing so will only delay your answer. All questions must come through the Contracting Office.
Subject Line: Reference No. SOLICITATION W91364-25-B-A007
Email: Herbert.l.brown24.civ@army.mil and claudia.j.tenaglia.civ@army.mil
PRE-BID INQUIRY FORMAT
Date of Bid Inquiry: _______________
From: _________________________ Company Name: _______________
Address:________________________________________________
Phone Number: _____________________________
Email address: ______________________________________________
Bid Inquiry: (Please clearly state your question) (If sent via an attachment, Word docs are preferred to facilitate posting of answers to the master Q&A document.)
Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, or proposals, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach bidders before the submission of their bid.
All questions and requests for information (RFI) must be received by 4:00pm August 5th 2025. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. A question and answer document for this requirement will be maintained on SAM.gov. It is also strongly encouraged that prospective bidders visit this posting routinely for updates. Please be advised that AI generated questions will not be addressed.
Any changes to the drawings, specifications, etc. will be issued in the form of an amendment. However, any answers that clarify or provide an interpretation to the drawings, specifications, etc. will NOT be posted via amendment but rather as a response to the RFI on SAM.gov at https://www.SAM.gov.
Receipt by the offeror must be acknowledged in the space provided on the SF 1442 or by returning a signed copy of the amendment by the time set for receipt of bids.
For security reasons, all technical and engineering data related to this solicitation will be distributed using the Contract Opportunities (SAM.gov) system. Plans and specifications are locked on SAM.gov and require Contractors to request explicit access from the Contracting Officer OR export controlled access through DLA. See complete instructions on SAM.gov. SAM.gov is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with SAM.gov before accessing the system.
Amendments, if/when issued will be posted to 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.
BID REPOSITORY AND BID OPENING:
The bid opening will be held on 13 August, 2025 at 11:00. A bid repository will be provided for hand carried bids and will be located at:
Camp James A. Garfield Joint Military Training Center
Building 1068, 8451 SR 5
Ravenna Ohio, 44266.
Hand carried bids must be deposited in the repository by an employee representative of the bidder prior to the time established for opening of bids. Bidders are cautioned that they will be required to sign-in and obtain a visitor’s pass to enter the facility and should allow time to accomplish this. See instructions for obtaining access to the base in the Site Visit instructions. Follow the same instructions for obtaining entry to hand carry bid. Late receipt of bids due to entry delays may not be deemed acceptable. The Contracting Officer may declare the bid “late” in accordance with FAR 14.304.
E-MAIL, FACSIMILES, MAILED OR FED EX DELIVERIES, ETC. WILL NOT BE ACCEPTED.
The Posting and Offer guide can be accessed electronically at https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf. A video demonstration can be found at https://pieetraining.eb.mil/wbt/sol/Posting_Offer.html. Additional PIEE training can be found at https://pieetraining.eb.mil/wbt/.
Do NOT send bids to e-mail addresses.
The Government will not be responsible for bid submissions delivered to any location or by any method other that stated above. Offerors are responsible for submitting bids in sufficient time to be received by the Government in accordance with the instructions provided.
Bids that are considered late will be processed in accordance with FAR 14.304(b)
WAGE DETERMINATION:
The Wage Rates for Heavy and Highway Construction in Portage County are applicable to this project as shown in Section 00 73 00.
BID PREPARATION EXPENSES AND PRE-CONTRACT COSTS:
This IFB does not commit the Government to pay costs incurred in preparation and submission of bids or for other costs incurred prior to award of a formal contract.
CLAUSES:
Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text.
DISPOSITION OF UNSUCCESSFUL BIDS:
In compliance with FAR Subpart 4.8, the Government will retain one copy of all unsuccessful bids including the bid bond.
OFFERORS QUALIFICATIONS:
To establish its responsibility, the apparent low bidder may be requested by the Government prior to award, to submit a statement regarding his previous experience in performing comparable work, his business and technical organization, financial and bonding resources and plant available to be used in performing the work. This action may be requested to determine if the contractor is responsible.