Opportunity
SAM #FA875126Q0004
AFRL Rome Research Site Parking Lot Bldg 106 Pavement Repair and Striping (Small Business Set-Aside)
Buyer
AFRL RIK
Posted
April 07, 2026
Respond By
May 06, 2026
Identifier
FA875126Q0004
NAICS
237310
This procurement seeks qualified small businesses to repair and stripe the parking lot at Building 106, Air Force Research Laboratory (AFRL) Rome Research Site in New York. - Government Buyer: - U.S. Air Force Research Laboratory (AFRL), Information Directorate, Rome Research Site - Contracting Office: AFRL RIKO, 26 Electronic Parkway, Rome, NY - OEMs and Vendors: - No specific OEMs or vendors are named; technical specifications reference NYSDOT, ASTM, and AASHTO standards, and allow for equivalent products. - Products/Services Requested: - Pavement repair and striping services for Parking Lot Bldg 106 - Cold milling and overlay of ~64,000 sq ft of asphalt pavement - Full-depth repairs, pavement joint sealing, and installation of traffic control devices - Pavement markings for 543 parking spots, handicap spaces, stop bars, hatched areas, traffic arrows, and pedestrian markings - Demolition, concrete work, earthwork, paving fabric installation, base and aggregate courses, hot-mix asphalt paving, and traffic signage - Key materials and part numbers: - Asphalt Binder Course Material (NYSDOT 402.257903) - Asphalt Top Course Material (NYSDOT 402.127303) - Geotextile Fabric (US FABRICS US 200 or equal) - Hot-Applied Rubberized Asphalt Crack and Joint Sealer (ASTM D-5329) - Pavement Paint - Waterborne Yellow/White (NYSDOT 727-03) - Reflectorizing Glass Beads (NYSDOT 727-05) - Traffic sign posts, aluminum sign panels, retroreflective sheeting, delineator posts, and concrete for sign posts (ASTM/AASHTO standards) - Unique or Notable Requirements: - 100% Small Business Set-Aside (NAICS 237310) - Strict adherence to NYSDOT, ASTM, and AASHTO specifications - Environmental, safety, and security compliance, including hazardous materials management and EPA guidelines - Past performance information required - Mandatory pre-enrollment for site visit - Coordination for construction phases and working hours (0700-1600, Mon-Fri, excluding Federal holidays) - All labor, equipment, and materials must be provided by the contractor - Place of Performance: - AFRL Rome Research Site, 26 Electronic Parkway, Rome, NY 13441 (primary) - Additional reference: 148 Electronic Pkwy, Rome, NY 13441-4516 (alternate facility address) - Period of Performance: - Work must begin within 14 days of award and be completed within 30 days after notice to proceed
Description
Combined Synopsis/Solicitation for Commercial Products and Commercial Services
General Information
Title: Repair Pavement Parking Lot Bldg 106 and Striping Document Type: Combined Synopsis/Solicitation Solicitation Number: FA875126Q0004 Posted Date: TBD Response Date: 6 May 2026 PSC: Z2LB Set-Aside: 100% SBSA NAICS Code: 237310
Contracting Office Address Department of the Air Force, Air Force Materiel Command, AFRL – Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
Description This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. Further, offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation.
Solicitation number FA875126Q0004 is issued as a Request for Quotation (RFQ).
This acquisition is set-aside for small business concerns. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at https://www.acquisition.gov/far-overhaul.
Provisions 52.212-1 and 52.212-2 apply. Please see below for their full text.
Please see the attached solicitation (Standard Form 1442) and supporting documents/attachments for all remaining provisions/clauses, line items/descriptions, period of performance and location, and other response instructions.
Site Visit To assist in developing quotes, an organized site visit has been scheduled for 15 April 2026, at 9:00 AM Eastern Time. Participants wishing to attend must create a DBIDS Pre-Enrollment Request on https://dbids-global-enroll.dmdc.mil and email the QR confirmation code to Leena Budhu at leenawattie.budhu.1@us.af.mil with a courtesy copy to Lary Barto at larry.barto.1@us.af.mil one week prior to scheduled visit.
Communications Formal communications/inquiries, such as requests for clarification or information concerning this solicitation must be via email (to Leena Budhu and Larry Barto) and must include "FA875126Q0004" in the subject line.
Air Force Definitization of Change Orders As required by 15 U.S.C. 644(w), the following information is provided regarding Air Force definitization of change orders under construction contracts: There are no Air Force procedures, in addition to that outlined in FAR Part 43, that apply to definitization of equitable adjustments for change orders under construction contracts. Data on the Air Force’s past performance, for the prior 3 fiscal years, regarding the time required to definitize equitable adjustments for change orders under construction contracts can be found on Attachment 6 to this solicitation.
52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (FEB 2026)
Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation (SF1442). Offers must be emailed to leenawattie.budhu.1@us.af.mil with a copy to larry.barto.1@us.af.mil. Hard copies or faxed submissions will not be accepted. As a minimum, offers shall include: Proposed price. Offerors are requested to use the provided solicitation to submit their quote for evaluation. Failure to fully complete the provided solicitation with answers to required provisions may result in an offer being rejected. By submission of its offer, the Offeror agrees with all terms, conditions, and provisions included in the solicitation and any solicitation amendments; Information necessary to evaluate the factors contained in the provision at 52.212-2; Responses to provisions that require Offeror completion of information, representations, and certifications (other than those collected via the System for Award Management (SAM)); and Past Performance information. Contractor shall submit past performance information to include no more than five (5) contracts completed within the past five (5) years. Past performance information for each contract must include the following: Description of work and contract number (if any) Statement identifying whether Offeror acted as prime contractor or as a subcontractor Period of performance of the work Customer Point of Contact for the effort (Name, Phone, and Email Address) Period for acceptance of offers. The Offeror agrees to hold the prices in its offer firm for 45 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. Late submissions, modifications, revisions, and withdrawals of offers. Offerors are responsible for submitting offers and any modifications or revisions to the Government office designated in the solicitation by the time specified in the solicitation. Any offer, modification, or revision received after the time specified for receipt of offers is “late” and will not be considered unless it is received before award is made and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. However, a late modification of an otherwise successful offer that makes its terms more favorable to the Government will be considered at any time it is received and may be accepted. If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Offerors may withdraw their offers by written notice to the Government received at any time before award. Contract award. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the Offeror’s initial offer should contain the Offeror’s best terms. However, the Government reserves the right to conduct discussions, if necessary. The Government may reject any or all offers if such action is in the public interest, accept other than the lowest offer, and waive informalities and minor irregularities in offers received. Debriefings. If a post award debriefing is given to requesting Offerors, the Government will disclose the following information, if applicable: The agency’s evaluation of the significant weak or deficient factors in the debriefed Offeror’s offer. The overall evaluated cost or price and technical rating of the successful Offeror and the debriefed Offeror and past performance information on the debriefed Offeror. The overall ranking of all Offerors when any ranking was developed by the agency during source selection. A summary of the rationale for award. For acquisitions of commercial products, the make and model of the product to be delivered by the successful Offeror. Reasonable responses to relevant questions posed by the debriefed Offeror as to whether the agency followed source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities. (End of provision)
52.212-2 Evaluation—Commercial Products and Commercial Services (FEB 2026)
Evaluation factors. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Price and Past Performance
Past Performance is significantly more important than Price.
When evaluating past performance, the Government will place more emphasis on efforts that are more similar in scope/nature to the work involved in this solicitation (relevant) as well as more recent. The Government may also place more emphasis on past performance as a prime contractor as opposed to as a subcontractor. The Government reserves the right to award a contract at a higher price for a perceived higher quality based on past efforts.
(b) Options. N/A
(c) Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)