Snow Removal Services for Sterling WFO and FSC
ID: 1305M325Q0128Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 6:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide non-personal snow removal services for the National Weather Service (NWS) Weather Forecast Office (WFO) and Field Support Center (FSC) located in Sterling, Virginia. The procurement involves a five-year contract with a total not-to-exceed amount of $250,000, requiring contractors to deliver all necessary labor, equipment, and materials for effective snow and ice removal, ensuring operational safety and accessibility during winter weather conditions. Interested parties must submit their quotes electronically by April 25, 2025, and can direct inquiries to Stephanie Mas at stephanie.mas@noaa.gov or by phone at 303-578-6768.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 3:07 PM UTC
The document is a Past Performance Questionnaire designed for contractors in government projects. It requires contractors to provide essential information including firm details, contract specifics such as numbers, types, and completion dates, along with a project description. The contractor must then send the questionnaire to a designated client reference for evaluation. The evaluation focuses on multiple performance aspects including quality, schedule adherence, cost control, management effectiveness, and regulatory compliance, with a rating system from "Exceeds" to "Unsatisfactory." The client reference assesses the contractor's performance through quantitative and qualitative measures, specifically looking at their ability to meet standards, resolve problems, manage resources, and overall customer satisfaction. This structured approach ensures a comprehensive assessment of contractors’ past performances in federal projects, enabling informed decisions in future contracting opportunities within federal, state, and local RFP contexts. The document ultimately serves as a mechanism to enhance transparency and accountability in government contracting processes.
Apr 10, 2025, 3:07 PM UTC
The document outlines a combined synopsis/solicitation for non-personal snow removal services for the National Weather Service (NWS) Weather Forecast Office (WFO) and Field Support Center (FSC) in Sterling, VA. This request for quotation (RFQ) invites commercial service providers to submit proposals for a five-year contract with a total not-to-exceed amount of $250,000. The proposal includes a detailed Statement of Work, specifying requirements such as effective snow, ice, and freezing rain removal, equipment, labor, supervision, and materials. The evaluation criteria emphasize technical approach, past performance, experience, quality management, and price, with a preference for high-quality submissions over the lowest bid. The document also emphasizes the importance of timely, safe, and efficient operations due to the facility's continuous and critical function. Responses must be submitted electronically by April 25, 2025, along with required representations and certifications. This solicitation reflects the government’s commitment to maintaining operational safety and accessibility during winter weather conditions while ensuring compliance with federal acquisition regulations.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
LAWN CARE SERVICES FOR NOAA NWS IN CHEYENNE, WY
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking quotes for non-personal lawn care services for the National Weather Service's Weather Forecast Office in Cheyenne, Wyoming. The procurement includes a base period and four option years, requiring services such as mowing, trimming, pruning, fertilization, and sprinkler system maintenance, with specific tasks outlined in the Statement of Work. This contract is crucial for maintaining the upkeep of federal property, ensuring a well-maintained environment for operational efficiency. Interested small businesses must submit their quotes by 1:00 PM MDT on May 1, 2025, to Kerri Coffey at kerri.coffey@noaa.gov, with the total contract value estimated at $33,130 over five years.
Lawn Maintenance Services for the National Weather
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors to provide lawn maintenance and groundskeeping services for the National Weather Service (NWS) facility located in West Paducah, Kentucky. The procurement involves a total Small Business Set-Aside contract for a base year of 12 months, with options for four additional years, encompassing tasks such as weekly mowing, trimming, fertilization, and overall maintenance of the grounds to ensure a well-kept environment essential for weather forecasting operations. Interested contractors must submit their quotes electronically by 12:00 PM MST/MDT on April 28, 2025, to the primary contact, Diana Romero, at diana.romero@noaa.gov, and are encouraged to inspect the site prior to bidding to understand the specific requirements and conditions.
Plowing CEBR
Buyer not available
The Department of the Interior, through the National Park Service, is seeking quotations for snow removal services at Cedar Breaks National Monument in Utah, under the solicitation number 140P1225Q0045. The contract will involve snow plowing on a federal highway, with the service period set from May 1, 2025, to May 30, 2025, and the Utah Department of Transportation is suggested as the vendor. This procurement is crucial for maintaining accessibility and safety during winter conditions at the monument, ensuring that visitors can enjoy the natural beauty of the area. Interested parties must submit their quotations by April 28, 2025, and can direct inquiries to Billie Thomas at BillieThomas@nps.gov or by phone at 406-599-4402.
FY26 CES Snow Removal
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement aims to ensure effective snow removal from sidewalks and parking lots, categorized into Priority 1 and Priority 2 tasks, with strict timelines for service initiation and completion. This contract is a total small business set-aside under NAICS code 561790, emphasizing the importance of local small businesses in fulfilling essential winter maintenance services. Interested vendors must submit their proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025, for further clarification. For inquiries, contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer firms to provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass a range of services including project management, facility programming, design services, and construction oversight for various NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS, which plays a vital role in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total submission limit of 80 pages, and should be registered in the System for Award Management (SAM) to be eligible for award. The estimated budget for this requirement is between $5 million and $10 million.
JANITORIAL SERVICES FOR NOAA GLERL IN MUSKEGON, MI
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking quotations for non-personal janitorial services at the Great Lakes Environmental Research Laboratory (GLERL) Lake Michigan Field Station located in Muskegon, Michigan. The contractor will be responsible for providing all necessary labor, equipment, and eco-friendly cleaning products to maintain three buildings totaling approximately 8,153 square feet, with services required three times a week during business hours, and a contract period extending from the date of award until May 31, 2026. This procurement emphasizes the importance of maintaining a clean and safe environment for staff and visitors while supporting small businesses through a total Small Business Set-Aside. Interested contractors must submit their quotes by April 30, 2025, via email to Kerri Coffey at kerri.coffey@noaa.gov, and include past performance references as part of their submission.
Request for Information (RFI): NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is conducting a Request for Information (RFI) to gather insights on Consolidated Antenna and Ground Systems Services (NCAGSS). The objective is to assess the marketplace's capabilities in providing sustainment and maintenance services for legacy antenna systems, developing new capabilities in various orbital domains, and supporting Antenna-as-a-Service (NAaaS) initiatives. This initiative is crucial for NOAA's mission to deliver timely access to global environmental data, enhancing the efficiency and reliability of satellite operations. Interested vendors are encouraged to submit their responses by May 5, 2025, and can direct inquiries to Jame Chang at jame.chang@noaa.gov or Kortney Carter at Kortney.Carter@noaa.gov.
Broad Agency Announcement: Weather Radar Technology Exploration for the National Weather Service
Buyer not available
The Department of Commerce, through the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Broad Agency Announcement (BAA) focused on Weather Radar Technology Exploration, aimed at modernizing the National Weather Service's (NWS) aging radar systems. The initiative seeks innovative solutions to enhance radar data continuity, coverage, and performance, particularly for underserved communities, as the NWS prepares to replace the existing NEXRAD network. This modernization effort is critical for improving weather forecasting and emergency management capabilities, ensuring public safety and economic resilience against severe weather events. Approximately $8 million in funding is available for 5-15 awards, with proposals due for Tier 1 by March 28, 2025, and for Tiers 2 and 3 by April 30, 2025. Interested parties can contact Holly A. Ferguson at holly.ferguson@noaa.gov or Kevin J. Buum at kevin.j.buum@noaa.gov for further information.
NOAA: ROTRONIC Humidity Probes and Cables for National Weather Service (NWS)
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified small businesses to provide fifty Rotronic humidity probes and associated cables for the National Data Buoy Center (NDBC) located at Stennis Space Center, Mississippi. This procurement aims to replace aging or damaged probes, ensuring the collection of accurate meteorological data critical for public safety and effective forecasting. The contract will be awarded based on the best value to the government, with a firm-fixed price structure and a focus on compliance with federal acquisition regulations. Interested parties must be registered in the System for Award Management (SAM) and submit their quotes electronically, adhering to the specified deadlines and requirements outlined in the solicitation documents. For further inquiries, contact Nikki Radford at NIKKI.RADFORD@NOAA.GOV or Steven Prado at STEVEN.M.PRADO@NOAA.GOV.
Space Situational Awareness (SSA) and Space Traffic Coordination (STC) technical and operational data and services
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking industry input through a Request for Information (RFI) regarding potential support for Space Situational Awareness (SSA) and Space Traffic Coordination (STC) services. The objective is to gather insights on industry capabilities to inform the development of a Blanket Purchase Agreement (BPA) or indefinite delivery/indefinite quantity (IDIQ) contract that will enhance the government's ability to manage space traffic and ensure safety in space operations. This initiative is aligned with the 2018 Space Policy Directive-3, which mandates the development of a civil space traffic coordination system, TraCSS, to improve conjunction assessments and space weather analysis for satellite operators. Interested parties are encouraged to submit their capability statements, past performance, and socio-economic status by May 6, 2025, to David Marks at david.marks@noaa.gov.