Opportunity

SAM #W50S8R26Q008

Procurement of Asphalt Paving Materials for USPFO OHANG 179 and 179th RED HORSE Squadron Detachment 1

Buyer

W7NU USPO Activity OHANG 179

Posted

May 07, 2026

Respond By

May 14, 2026

Identifier

W50S8R26Q008

NAICS

324121, 423320

This opportunity involves the procurement of asphalt paving materials for the United States Department of Defense, Department of the Army, National Guard Bureau, specifically for the USPFO OHANG 179 and the 179th RED HORSE Squadron Detachment 1 at Mansfield Lahm Airport, Ohio. - Government Buyer: - United States Department of Defense, Department of the Army, National Guard Bureau - USPFO OH PROCUREMENT (W7NU USPFO ACTIVITY OHANG 179) - 179th RED HORSE Squadron Detachment 1 - Products Requested: - #304 Limestone: 240 tons - Asphalt Base Course: 358 tons - Asphalt Surface Course: 177 tons - Option for additional #304 Limestone: 468 tons - Delivery Requirements: - All materials must be delivered to Mansfield Lahm Airport, 1947 Harrington Memorial Road, Mansfield, OH 44903-8049 - Delivery scheduled between June and August - Unique/Notable Requirements: - 100% small business set-aside - Firm-fixed price contract - Evaluation based on technical capability, past performance, and price - Compliance with product specifications and delivery logistics as outlined in the Statement of Work - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - No service line items are requested

Description

This is a combined synopsis/solicitation for commercial products prepared in accordance with RFO FAR 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. Solicitation number W50S8R26Q008 is issued as a Request for Quotation (RFQ) for asphalt paving materials. This solicitation is a 100% small business set-aside. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov. The NAICS code that applies is 324121 and the size standard is 500 employees. This action will result in a firm-fixed price (FFP) purchase order utilizing simplified acquisition procedures.

Requirement: Purchase and Delivery of Asphalt Paving Materials; see Attachment 1, Statement of Work for further details.

Contract Line Items (CLINs):

CLINDescriptionQuantityUnit of IssueUnit PriceTotal Price 0001#304 LimestoneTon Contractor shall provide in accordance with Attachment 1 Statement of Work240Ton 0002Asphalt Base CourseTon Contractor shall provide in accordance with Attachment 1 Statement of Work358Ton 0003Asphalt Surface CourseTon Contractor shall provide in accordance with Attachment 1 Statement of Work177Ton 1001Option CLIN - #304 LimestoneTon Contractor shall provide in accordance with Attachment 1 Statement of Work and 52.217-7468Ton Total

Delivery location/Place of Performance – 1947 Harrington Memorial Road, Mansfield, OH, 44903-8049 utilizing FOB Destination

Addendum 52.212-1 Instructions to Offerors-Commercial Items.

1. GENERAL INSTRUCTIONS TO OFFERORS:

This Request for Quotation (RFQ) is being issued in accordance with the procedures at RFO FAR 12. The contracting officer is vested by authority above with additional procedural discretion and flexibility, for this acquisition which may allow to solicit, offer, evaluate, and award in a simplified manner that maximizes efficient economy, minimizes burden and administrative costs for both the Government and industry through procedures awarding this Contract. The Offeror’s quote shall be submitted electronically as outlined below. The government contemplates awarding a single FFP contract based on a competition between small businesses where the Offeror’s quote is most advantageous to the Government, price and other factors considered.

1.1. Questions regarding this RFQ shall be in writing and directed via e-mail to casity.schag@us.af.mil & jeffrey.snyder.20@us.af.mil. All correspondence shall reference W50S8R26Q0008. The cut-off for questions is no later than 11 May 2026. All questions will be answered electronically so that all respondents will be provided with equal access to all questions and answers.

1.2. The Offeror is notified that the Government will not reimburse costs incurred for quote preparation.

The proposal evaluation and discussion procedures. FAR 15.203 do not apply to this acquisition. The Government will conduct evaluations using an approach that is most advantageous to the government, price and other factors considered, using RFO FAR 12.203, considering solely the offeror’s response to this RFQ.

1.3. The government does not intend to hold any exchanges after receipt of quotes and respondents are advised to submit their best offer at the time quotes are due. In the event that exchanges with respondents after the receipt of quotes are deemed necessary, the contracting officer may hold such exchanges with any or all quoters, at any time, in any manner, without complying with the rules in 15.204, which are not applicable to this acquisition. A competitive range may, or may not, be established at the sole discretion of the contracting officer. All respondents will be treated fairly and impartially, in accordance with RFO FAR 1.102.

1.4. Quote shall conform to all the requirements of this RFQ. Failure to conform may result in your quote being rejected and no longer considered for award.

1.5. By responding to this RFQ, the offeror agrees to meet all the requirements incorporated herein, and agrees to all the terms, conditions, and provisions.

1.5.1. The Offeror’s quote shall be submitted electronically to the addresses listed under “Quote Submission Instructions”. The closing date and time for submittal of quote is 14 May 2026, 9:00 A.M. EST.

1.6 Quote Organization

1.6.1. The Offeror’s quote shall consist of three volumes. The offeror shall submit an unclassified quote which demonstrates its ability to perform and meet the requirements in this solicitation.

Factor 1 – Technical Element 1 – Product Specifications Element 2 – Delivery and Logistics Plan

b. Factor 2 – Past Performance c. Factor 3 – Price

Required Content

1.7 Volume 1 – Technical – Technical shall be organized in sections as it addresses the corresponding sections and tasks in the Statement of Work. The offeror shall provide a realistic and descriptive solution for tasks and evidence that the offeror has current capability and resources to meet the requirements defined in the Statement of Work

Product Specifications - The offeror shall provide a product specification sheet, clearly identifying products in sufficient detail to evaluate compliance. Product specifications shall be adequate enough for the government to evaluate that the proposed products meet all requirements and characteristics as outlined in this solicitation and Attachment 1 Statement of Work.

Delivery and Logistics Plan – Provided documents shall provide enough information to be properly evaluated to determine if proposed approach meets the requirements of the Statement of Work. The offeror shall provide a comprehensive plan that addresses the following Delivery Coordination – Acknowledgement and understanding of the delivery and coordination requirements found in paragraphs 1.8 and 3 of Attachment 1 Statement of Work

1.9 Volume 2 – Past Performance - Past performance information may be obtained from any sources available to the Government. For example, the Government may retrieve past performance information from the Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS), GSA, or Federal Awardee Performance and Integrity Information System (FAPIIS). As a result, this RFQ does not include a past performance information submittal from quoters.

1.10 Volume 3 – Price - Contractor shall complete pricing using Attachment 3 Line Item Listing. Certified cost and pricing data are not required; however, the Government reserves the right to request information other than certified cost and pricing data prior to award.

1.11. Quote Submission Instructions:

1.11.1. The Government will only accept electronic submissions. Should the Government want to print the volumes of the quote, the submission shall be clearly indexed and logically assembled.

1.11.2. Ensure that all volumes are submitted in response to this RFQ. Failure to do so may result in your quote not being considered. Your quote shall be structured in a manner that clearly addresses the requirements for this RFQ. Responses that are overly verbose or include marketing material are not desired.

1.11.3. Offeror shall submit their quote to casity.schag@us.af.mil & jeffrey.snyder.20@us.af.mil no later than the submittal due date of 14 May 2026, 9:00 A.M. EST.

--- End of FAR 52.212-1 Addendum ---

BASIS OF AWARD- EVALUATION

1. Basis for Contract Award – Evaluation of Offers-Simplified Acquisition Procedures

(a) Basis for Contract Award. In accordance with the procedures at RFO FAR 12 streamlined procedures for solicitation, evaluation, and award. It is the Government’s intent to award a single, direct award of a firm-fixed price contract. 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 offeror must satisfy the requirements described in the evaluation criteria, as well as all other RFQ requirements. The Government may perform a comparative evaluation (comparing offers to each other) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The following factors shall be used to evaluate offers.

Technical Past Performance Price

(b) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier’s quotation does not establish a contract. A written notice of award or purchase order, mailed or otherwise furnished to the successful quoter is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.

2. Quote Evaluation: The evaluation process will be accomplished as follows (Organized by Volume):

Volume I, Technical

1. Technical Evaluation. Technical Capability will be evaluated on an Acceptable/Unacceptable basis utilizing the product specifications & the delivery & logistics plan provided to the Government. To be determined Technically Acceptable, the offeror’s technical approach must meet all requirements and characteristics as stated in this solicitation and Attachment 1 Statement of Work. An offeror shall obtain an “Acceptable” rating to continue further in the competition. Offerors who are deemed to merit an “Unacceptable” rating in the Technical Capability Factor will be removed from further consideration for award. Once the minimum requirements are established, the team shall evaluate the offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined herein. Quotes are evaluated for acceptability, but not ranked using the non-price factors/subfactors. In order to be considered awardable, there must be an “acceptable” rating in every non-price factor/subfactor.

C. Volume II, Past Performance Factor

1. General: The past performance assessment will assess the prime’s (hereafter referred to as quoter’s) ability to successfully accomplish the proposed effort based on the quoter’s demonstrated present and past work record. The Government will evaluate the quoter’s demonstrated record of contract compliance in supplying products and services that meet users’ needs, including cost and schedule. The recency and relevancy of the information, the source of the information, context of the data and general trends in the contractor’s performance will be considered.

First, we will evaluate recency. For purposes of this evaluation, recency is defined as demonstrated experience (active or completed efforts) performed within the past three (3) years from the issuance date of this solicitation. Second, we will evaluate recent contracts for relevancy as described below. Third, we will evaluate relevant contracts for overall quality.

The evaluation of the quoter’s (including partnerships and joint venture) present/past performance WILL NOT include the present/past performance of any subcontractors, predecessor companies, affiliates, other divisions or corporate management even though they may perform major or critical aspects of this requirement. Only the quoter's past performance will be evaluated.

D. Volume III, Quote

1. General: We will determine the merits of your quote on the basis of (a) its acceptability and (b) its total quoted price.

2. (a) Acceptability: We will determine the acceptability of your quote on an acceptable or unacceptable basis. We will consider your quote acceptable if it (i) conforms to the material solicitation requirements; (ii) manifests your unconditional assent to the terms of this Request for Quote (RFQ), and (iii) you are a responsible prospective contractor pursuant to RFO FAR 9.104-1. (NOTE: By submission of a quote, the quoter represents that it unconditionally assents to the terms of this Request for Quote, except for any written express exceptions.)

(i) Conformance. Material solicitation requirements include those terms affecting quality, quantity, price, or delivery.    (ii) Assent. If you (1) take exception to any term of this RFQ, (2) propose any additional terms, or (3) omit material information required by this RFQ then we will consider your quote to be unacceptable and ineligible for contract award.

3. (b) Price: The Government will evaluate the offeror’s proposed price using the ‘GRAND TOTAL’ as submitted on Attachment 3 Line Item Listing to determine if it is fair, reasonable, complete, and balanced. The Total Evaluated Price (TEP) will be used.

Total Evaluated Price (TEP) Calculation: The Government will evaluate offers for award purposes by adding the total proposed price for all optional quantities and optional Contract Line Item Numbers (CLINs) to the total proposed price for the basic requirement. This includes the evaluation of pricing for the increased quantities of limestone (36-ton increments) authorized under FAR 52.217-7, as outlined in the Statement of Work Evaluation of options shall not obligate the Government to exercise the option(s). The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced (e.g., basic requirement prices are significantly lower or higher than option prices). Reasonableness: We will evaluate your price for fairness and reasonableness in accordance with RFO FAR 12.204 Completeness: The offeror’s price will be evaluated to ensure that prices are provided for all required CLINs, including all base and optional materials, and that no unpriced items remain.

E. Compliance and Responsibility: 1. Compliance and Responsibility Information: Prior to the evaluation of quotes, Annual Representations and Certifications, Offeror Representations, Certifications, and the Submission of Other Information completed via the System for Award Management (https://www.sam.gov) will be assessed for compliance with requirements applicable to this RFQ. Quotes found to not be in compliance with these requirements may be determined ineligible for award.

2. REJECTION OF OFFERS Offerors shall carefully read, understand, and provide all the information requested in the quote. If there are parts of the RFQ that are vague and/or ambiguous, request clarification from the Contract Specialist and/or the Contracting Officer before the established cut-off date for questions. The circumstances that may lead to the rejection of a quote are:

When the quote fails to meaningfully respond to the instructions specified. Examples of failure to meaningfully respond include: When the Government is evaluating an Offeror’s product specifications and a quote merely repeats the requirements without elaboration or fails to present more than a statement indicating its capability to comply with the RFQ terms and does not provide, support, or detail how they will perform. When the quote fails to provide any of the data and information required in the RFQ. When the quote reflects an inherent lack of technical competence or a failure to comprehend the complexity and risks required to perform the RFQ requirements due to submission of a quote, which is substantially high or low in Price and/or unachievable in terms of technical or schedule commitments. When the quote contains major error(s), omission(s) and or deficiencies that indicate a lack of understanding or an approach that cannot be expected to meet requirements or involves a very high risk and none of these conditions can be corrected without major rewrites or revisions of the quote. When the quote offers a product that does not meet all stated material requirements of the RFQ. When the quote is late, in accordance with FAR 52.212-1(c) and the Electronic Submission Instructions herein. When the quote is significantly high or low as to cost or price, or is unaffordable to the government. When the quote is not in full compliance with the terms and conditions of the RFQ.

List of Attachments: Attachment 1 Statement of Work Attachment 2 Provisions and Clauses Attachment 3 Line Item Listing

NG Agency Protest Program is intended to encourage interested parties to seek resolution of their concerns with the National Guard (NG) as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum.

Contract award or performance is suspended during the protest to the same extent, and within the same time periods as if filed at the GAO. The NG protest decision goal is to resolve protests within 35 calendar days from filing. An agency protest may be filed with either the Contracting Officer or the NG Agency’s Protest Decision Authority, but not both, in accordance with NG protest procedures.

To be timely, the protests must be filed with the periods specified in FAR 33.103. To file a protest under the NG Agency Protest Program, the protest must request resolution under that program and be sent to the address below:

National Guard Bureau Office of the Director of Acquisitions/ Head of Contracting Activity ATTN: NGB-AQ-O 111 S. George Mason Dr. Arlington, VA 22204

Email: ng.ncr.ngb-arng.mbx.ngb-task-order-ombudsman@army.mil

All other agency-level protests should be sent to the Contracting Officer for resolution at the address in the solicitation. See FAR clause 52.233-2.

View original listing