Opportunity

SAM #FA665626Q0008

Natural Gas Supply Solicitation for Youngstown Air Reserve Station, Ohio

Buyer

910th Airlift Wing

Posted

May 12, 2026

Respond By

June 15, 2026

Identifier

FA665626Q0008

NAICS

221210

This opportunity seeks a supplier for natural gas at Youngstown Air Reserve Station in Ohio. - Government Buyer: - Department of Defense, Department of the Air Force, Air Force Reserve Command (910 AW LGC) - Contracting office located at Youngstown Air Reserve Station, Vienna, Ohio - Products/Services Requested: - Annual supply of natural gas, estimated at 55,000 MCF - Gas must be of domestic origin and free of impurities, meeting industry standards - Detailed monthly consumption breakdown provided - Notable Requirements: - Offerors must be certified with the Public Utilities Commission of Ohio (PUCO) for electricity generation - Active registration in the System for Award Management (SAM) is required - Payment will be processed through Enbridge Ohio Gas; individual invoicing is not permitted - Firm-fixed price contract for a 12-month billing cycle - Set aside for small businesses under NAICS 221210 - OEMs and Vendors: - No specific OEMs or vendors named as suppliers - Enbridge Ohio Gas referenced as the payment channel

Description

This is a COMBINED NOTICE/SOLICITATION for a commercial item prepared in accordance with the format in RFO Part 12, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. The solicitation number, FA665626Q0008, is issued as a Request for Quotation (RFQ).  The solicitation document includes incorporated provisions and clauses that are in effect through the Revolutionary FAR Overhaul (RFO) and R-DFARS. 

This solicitation is 100 percent total small business set-aside: the North American Industrial Classification System (NAICS) code for this commercial item is 221210; the small business size standard is 1,000 employees. 

UNIQUE REQUIREMENTS: •    Offerors shall be certified with the Public Utilities Commission of Ohio (PUCO). •    Only offerors certified with PUCO as electricity generation will be considered. •    Offerors shall certify and company information is active and accurate in the System for Award Management (SAM). •    Reps and Certs must be complete in SAM.

Period of Performance is a 12-month billing cycle after contract award.

ALL four (4) Unique Requirements must be met to be considered. ALL payments will be made through Enbridge Ohio Gas.  Individual invoicing will not be considered. The electricity contract is for one (1) year and will be firm-fixed price.   All quotes must be stated in MCF unit price. *Supplies shall be domestic in origin. 

ALL QUOTES MUST BE VALID FOR 15 DAYS.

NATURAL GAS GENERATION INFORMATION

Annual consumption for natural gas is estimated to be 55,000 MCF.   All supplied gas must be free of impurities adhering to industry standards as they apply.

The account number for Enbridge Ohio Gas is 5500019027512.

Natural Gas Usage for 12 Months Jan-25       10,109.70 Feb-25         8,124.30 Mar-25         5,335.60 Apr-25         3,685.40 May-25         2,097.00 Jun-25         1,029.50 Jul-25          802.80 Aug-25         1,277.50 Sep-25         1,934.50 Oct-25         1,934.50 Nov-25         6,112.00 Dec-25         7,736.10 Total Sum       50,178.90

The government's intent is to award a single contract between the government and the Contractor, to the lowest-price, technically acceptable offer.  This notice does not obligate the government to award a contract, nor does it obligate the government to pay for any quotation preparation costs.

Funding is not presently available.

The following Revolutionary RFO Overhaul provisions and clauses are applicable to this acquisition and incorporated by reference. These provisions and clauses can be read in full text and accessed electronically at the following website: https://www.acquisition.gov/RFOoverhaul.  

List of applicable provisions: RFO    52.203-11    Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. RFO    52.203-18    Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation. RFO    52.204-7    System for Award Management - Registration. RFO    52.209-11    Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. RFO    52.212-1    Instructions to Offerors-Commercial Products and Commercial Services. (Deviation 2026-O0038) RFO     52.212-2    Evaluation—Commercial Products and Commercial Services.  (Deviation 2026-O0038) RFO    52.240-90    Security Prohibitions and Exclusions Representations and Certification.  (Deviation 2026-O0038) RFO    52.252-1    Solicitation Provisions Incorporated by Reference. R-DFARS    252.203-7005    Representation Relating to Compensation of Former DoD Officials. R-DFARS    252.204-7017    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. R-DFARS    252.204-7024    Notice on the Use of the Supplier Performance Risk System. R-DFARS    252.206-7000    Domestic Source Restriction R-DFARS    252.215-7013    Supplies and Services Provided by Nontraditional Defense Contractors. R-DFARS    252.225-7000    Buy American--Balance of Payments Program Certificate. R-DFARS    252.206-7000    Domestic Source Restriction. R-DFARS    252.225-7055    Representation Regarding Business Operations with the Maduro Regime. R-DFARS    252.225-7059    Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation.

List of applicable clauses: RFO    52.203-19    Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. RFO    52.204-13    System for Award Management-Maintenance. (Deviation 2026-O0038) RFO    52.209-6    Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Deviation 2026-O0038) RFO    52.209-10    Prohibition on Contracting With Inverted Domestic Corporations. (Deviation 2026-O0038) RFO    52.212-4    Terms and Conditions-Commercial Products and Commercial Services. (Deviation 2026-O0038) RFO    52.219-6    Notice of Total Small Business Set-Aside. (Deviation 2026-O0038) RFO    52.222-3    Convict Labor. (Deviation 2026-O0038) RFO    52.222-19    Child Labor-Cooperation with Authorities and Remedies. (Deviation 2026-O0038) RFO    52.222-35    Equal Opportunity for Veterans. (Deviation 2026-O0038) RFO    52.222-36    Equal Opportunity for Workers with Disabilities. (Deviation 2026-O0038) RFO    52.222-37    Employment Reports on Veterans. (Deviation 2026-O0038) RFO    52.222-40    Notification of Employee Rights Under the National Labor Relations Act. (Deviation 2026-O0038) RFO    52.222-50    Combating Trafficking in Persons. (Deviation 2026-O0038) RFO    52.222-90    Addressing DEI Discrimination by Federal Contractors RFO    52.223-23    Sustainable Products. (Deviation 2026-O0038) RFO    52.226-8    Encouraging Contractor Policies to Ban Text Messaging While Driving. RFO    52.232-40    Providing Accelerated Payments to Small Business Subcontractors. RFO    52.233-3    Protest after Award. (Deviation 2026-O0038) RFO    52.233-4    Applicable Law for Breach of Contract Claim. (Deviation 2026-O0038) RFO    52.240-91    Security Prohibitions and Exclusions. (Deviation 2026-O0038) RFO    52.241-3    Scope and Duration of Contract. RFO    52.241-4    Change in Class of Service. RFO    52.241-5    Contractor's Facilities. RFO    52.241-7    Change in Rates or Terms and Conditions of Service for Regulated Services. RFO    52.244-6    Subcontracts for Commercial Products and Commercial Services. (Deviation 2026-O0038) RFO    52.252-2    Solicitation Clauses Incorporated by Reference. R-DFARS    252.203-7000    Requirements Relating to Compensation of Former DoD Officials. R-DFARS    252.203-7002    Requirement to Inform Employees of Whistleblower Rights. R-DFARS    252.204-7018    Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. R-DFARS    252.223-7006    Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials. R-DFARS    252.223-7008    Prohibition of Hexavalent Chromium. R-DFARS    252.225-7012    Preference for Certain Domestic Commodities. R-DFARS    252.225-7056    Prohibition Regarding Business Operations with the Maduro Regime. R-DFARS    252.225-7060    Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region. R-DFARS    252.232-7003    Electronic Submission of Payment Requests and Receiving Reports. R-DFARS    252.232-7006    Wide Area WorkFlow Payment Instructions. R-DFARS    252.232-7007    Limitation of Government's Obligation. R-DFARS    252.232-7010    Levies on Contract Payments. R-DFARS    252.241-7001    Government Access R-DFARS    252.244-7000    Subcontracts for Commercial Products or Commercial Services. R-DFARS    252.247-7023    Transportation of Supplies by Sea.

Ombudsman An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.  Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).  If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/FLDCOM/DRU/DAFRCO ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/FLDCOM/DRU ombudsman level, may be brought by the interested party for further consideration to the Department of the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.  The ombudsman has no authority to render a decision that binds the agency.  Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the contracting officer. 

Offerors responding to this announcement shall submit their quotations in accordance with FAR 52.212-1. Offerors are required to provide their UEI Number, Commercial and Government Entity (CAGE) code with their quote. The CAGE code entered must be for that name and address provided by the Offeror.  All responsible sources who submit a response shall be considered by the 910th CONF/PK if received by the closing date and time listed below. 

View original listing