Ramp repair PH II
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The USPFO for Ohio intends to issue an Invitation for Bid (IFB) for Ramp Repair Phase II at the 180th Fighter Wing (FW), Swanton, Ohio Air National Guard Base. This pre-solicitation notice outlines a project to provide all necessary plant, labor, transportation, materials, tools, equipment, and supervision for ramp alterations. This opportunity is a 100% Small Business Set-Aside. The tentative bid opening date is June 17, 2026.
Scope of Work
The project involves comprehensive ramp alterations, including:
- Demolition and Removal: Buildings 115, 131, 133, tent structure 321, abandoned electrical components, guardrail, fencing, and concrete/asphalt areas as per the demolition plan.
- Stormwater Management: Purchase and installation of stormwater control structures (catch basins, piping, trench drains) to ensure proper flow and water removal.
- Electrical Infrastructure: Purchase and installation of electrical conduit and wiring to support new fabric shelters.
- Pavement Work: Preparation for and placement of a new concrete access road, concrete tent pad, concrete approach around building 137, and an asphalt shoulder patch.
- Fabric Shelters: Purchase and installation of two new tensioned fabric shelters with liners, electrical equipment, interior lights, and doors. One shelter will include dehumidification equipment.
Contract & Timeline
- Type: Pre-solicitation (leading to a single Firm Fixed-Price contract)
- Duration: Estimated 180 calendar days after Notice to Proceed (NTP), including equipment lead time.
- Magnitude: Between $1,000,000 and $5,000,000.
- Set-Aside: 100% Small Business (NAICS 238110, size standard $19,000,000).
- Tentative Solicitation Issue Date: On or about May 14, 2026.
- Tentative Pre-bid Conference/Site Visit: On or about June 2, 2026, at 10:00 AM EST. Location and actual date will be in the solicitation. Questions for the pre-bid conference must be submitted via email to adam.krouse@us.af.mil at least 3 business days prior.
- Tentative Bid Opening Date: On or about June 17, 2026.
Key Requirements
- SAM Registration: Interested offerors must be registered in the System for Award Management (SAM) at https://sam.gov. Registration can take approximately 15 business days.
- Limitations on Subcontracting: FAR Clause 52.219-14 (e)(3) (DEVIATION 2021-O0008) applies, limiting general construction prime contractors to paying no more than 85% of the contract amount (excluding materials) to non-similarly situated subcontractors.
Additional Notes
The official solicitation, plans, and specifications will be available exclusively through Contract Opportunities on SAM.gov. Offerors are responsible for periodically checking SAM.gov for any amendments. All inquiries must be in writing via email to adam.krouse@us.af.mil, and answers will be posted on SAM.gov.