Snow Removal Services for IL177 (MS)
ID: W911SA25Q3040Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC FT MCCOY (RC)FORT MCCOY, WI, 54656-5142, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow removal services for two Army Reserve facilities located in Fort Sheridan, Illinois. The contract, identified as W911SA25Q3040, requires comprehensive snow removal and treatment to ensure safety on roadways, parking lots, and sidewalks from November 2024 through October 2025, with the possibility of four additional one-year options. This procurement is critical for maintaining operational safety during winter conditions, and contractors must adhere to strict performance standards and regulatory requirements. Interested vendors should submit their quotes by 21 October 2024, no later than 10:00 AM CST, and can direct inquiries to Laurie Lago at laurie.e.lago.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a pricing schedule for snow services in response to a federal RFP, detailing various Contract Line Item Numbers (CLIN) for multiple types of snow services categorized by their specifications (Type 2 to Type 8). It includes quantities for each service type required over a base period and subsequent option periods, totaling five periods. Each section specifies the quantities needed but leaves unit prices blank, suggesting that bidders must fill in these prices in designated blue cells. Additionally, the document mentions supplementary snow services that are calculated at 50% of the base service price. It prepares the basis for contract value calculations, including a six-month option to extend the contract. The structured pricing schedule emphasizes the government's intent to secure comprehensive snow removal services while ensuring compliance with specific federal procurement standards. The overall framework reflects an organized approach to manage public services and maintain safety during winter conditions.
    The document outlines the requirements for a Contract Requirements Package concerning antiterrorism (AT) and operations security (OPSEC) in federal contracts, specifically focusing on an Army context. Its purpose is to ensure that the Statement of Work (SOW) complies with AT and OPSEC policies by mandating a review and signature from qualified officers. Key topics include mandatory AT Level I training for contractors, established security protocols for accessing Army facilities, and specific training requirements for contractors, especially those handling sensitive information or performing in foreign countries. The document stipulates that contractors must be registered in the Army Training Certification Tracking System (ATCTS) and outlines compliance with established security measures related to classified information and controlled unclassified information (CUI). Additionally, it emphasizes the necessity of OPSEC training and awareness programs. Overall, this document aims to fortify security measures in military contracting and ensure contractor personnel are adequately trained and vetted to meet Army regulatory standards.
    This document outlines site specifications and measurements related to two locations within Fort Sheridan, Illinois, focusing on parking and sidewalk areas. The first location, near Sheridan Rd., presents a POV parking/road area of approximately 852,646 square feet, a MEP parking area of roughly 279,883 square feet, and sidewalks measuring about 55,584 square feet. The second location, the North Shore Memorial ARC, features a POV parking/road area of around 123,090 square feet, a MEP parking area of approximately 121,267 square feet, and sidewalks extending about 7,119 square feet. It is crucial for contractors to independently verify these measurements, as all figures provided are approximations and drawings may not accurately depict scale or actual site conditions. This document serves as a preliminary reference for contractors involved in federal or state/local procurement processes, particularly regarding site development and compliance with project specifications.
    This document serves as a Service Ticket for Snow Removal, outlining the process for contracted vendors to report snow removal activities. It includes fields for detailing the specific service type performed, snow depth, and timing of the service. Vendors can select from various snow removal types, ranging from comprehensive operations (Type 1) to specific tasks, like hauling excess snow or end-of-season cleanup. A comments section allows for additional notes from the vendor. The form also requires the printed names of employees providing the service and the signature of a designated representative, ensuring accountability. Notably, while this ticket documents the service performed, it does not imply final acceptance or inspection of the work, as the government retains the right to inspect services at their discretion. This ticket is part of the broader framework of federal and local RFP and grant structures aimed at ensuring proper maintenance and safety standards related to inclement weather conditions.
    The document outlines a solicitation (W911SA25Q3040) for snow removal services at two Army Reserve facilities. It specifies a non-personal services contract requiring the contractor to provide all necessary personnel, equipment, and methods for snow removal and treatment to ensure safety on roadways, parking lots, and sidewalks during the service period from November 2024 through October 2025, with four additional one-year options. The contractor's performance will be assessed based on compliance with the Performance Work Statement (PWS), with detailed requirements outlined for different types of snow removal tasks and quality control measures. The document emphasizes the importance of submitting timely and complete quotations, mandates adherence to various regulatory and safety standards, and necessitates registration with the System for Award Management (SAM). It instructs contractors on the management of tasks, including service tickets for each call made to initiate snow removal and conditions for adjusting this service based on snowfall accumulation. Clear expectations for communication, documentation, and compliance with quality assurance protocols are set, with consequences for non-compliance affecting contract payments and future evaluations. This solicitation demonstrates the government’s focus on ensuring efficient and compliant service delivery through structured performance measurement and oversight.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    SECTOR LAKE MICHIGAN SNOW REMOVAL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor for snow removal and de-icing services at the Sector Lake Michigan facility located in Milwaukee, Wisconsin. The contract encompasses a base year with four option years, requiring the contractor to manage snow clearing over approximately 2.7 acres of paved surfaces and sidewalks, ensuring compliance with safety regulations to protect the environment, particularly Lake Michigan. Interested vendors must submit their proposals on business letterhead, detailing estimated materials, labor, and man-hours, with all quotes directed to SKC Jordan Drew at JORDAN.G.DREW@USCG.MIL. A site visit is scheduled for October 30, 2024, at 10:00 AM Central Time, and contractors must be registered with the System for Award Management (SAM) to be eligible for consideration.
    W15QKN-25-R-A002 - Pre-Solicitation Notice (Synopsis) for Snow and Ice Removal Services for Ayer, MA
    Active
    Dept Of Defense
    The Department of Defense, through the Army's W6QK ACC-PICA office, is preparing to solicit bids for snow and ice removal services in Ayer, MA, aimed at supporting the 99th Readiness Division. The procurement is set aside for small businesses under the SBA guidelines, specifically targeting services classified under NAICS code 561790, which pertains to other services to buildings and dwellings. These services are crucial for maintaining safe and accessible environments during winter conditions, ensuring operational readiness for military facilities. The solicitation is expected to be posted on or about October 29, 2024, and interested parties can reach out to Theodore Goutzioulis at the provided email or phone number for further inquiries.
    SOMERSWORTH - SNOW - FY25
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command-NJ, is seeking qualified contractors for snow and ice removal services at the Somersworth USARC in New Hampshire for fiscal year 2025. The contractor will be responsible for maintaining safe and clean conditions by providing all necessary personnel, equipment, and materials, while adhering to federal, state, and local regulations. This non-personal services contract emphasizes the importance of timely response, quality control, and effective communication, with a focus on minimizing disruption to government operations. Interested parties should submit their capability statements and CAGE Codes to the primary contact, Ryan Nicklous, at ryan.p.nicklous.civ@army.mil by the specified response date.
    Snow Removal and Sanding Services, Colebrook River Lake, Colebrook, CT
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting bids for snow removal and sanding services at the Colebrook River Lake Project in Colebrook, Connecticut. The procurement requires contractors to provide all necessary equipment, materials, labor, and transportation to ensure timely snow removal and sanding during various snow events, with specific attention to safety and accessibility for project office areas and associated sites. This service is crucial for maintaining operational efficiency and enhancing visitor experiences at the recreational facilities surrounding Colebrook River Lake. Interested vendors must submit their quotes via email to Alicia LaCrosse by October 28, 2024, and must have an active registration in SAM.gov to be considered for the contract, which is set aside for small businesses under NAICS code 561730.
    S208--West Haven Snow Removal Services
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide snow removal services at the West Haven VA Medical Center in Connecticut. The procurement includes snow removal, hauling, and treatment services to ensure 24-hour access for veterans and staff during the winter months, specifically from November 1 to April 30, with a base contract period of one year and four optional years. This service is critical for maintaining operational access to the medical center, which serves a vulnerable population. Interested parties must attend a mandatory pre-bid site visit on October 18, 2024, and submit their quotations by October 23, 2024, to Contract Specialist Nathan Langone at Nathan.Langone@va.gov.
    Metal Pless Snowplows
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking quotes for the procurement of Metal Pless snowplows, including one Metal Pless Maxxpro and four Metal Pless LiveBoxx units, to be used with existing front-end loaders. This requirement is a total small business set-aside and is categorized under the Construction Machinery Manufacturing industry, highlighting the importance of reliable snow removal equipment for military operations. Interested vendors must submit their quotes through the Unison Marketplace, and for further inquiries, they can contact Marketplace Support at marketplacesupport@unisonglobal.com or by phone at 1-877-933-3243.
    Base Notice: Lanscaping, Tree Removal, & Snow Plowing Services BPA - W911S2-LAND -TREE-SNOW
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE is seeking multiple businesses for a Blanket Purchase Agreement (BPA) for landscaping, tree removal, and snow plowing services at Fort Drum, New York. The services include landscaping, tree removal, and snow removal within specific designated areas. The Contractor must be able to provide these services 24/7 with a maximum response time of one hour for emergency services. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered with the System for Award Management under NAICS 561730.
    DDNV Grounds Maintenance and Snow/Debris Removal COMBINED SYNOPSIS SOLICITATION
    Active
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting bids for Grounds Maintenance and Snow/Debris Removal services at DLA Distribution Norfolk, Virginia, under solicitation SP3300-24-Q-0139. The contractor will be responsible for providing all necessary management, tools, supplies, equipment, and labor to maintain a safe environment across approximately 549,207 square feet of grounds, including routine maintenance tasks and rapid response to snow events. This contract, which is a total small business set-aside, has a base period of performance from January 1, 2025, to December 31, 2025, with four one-year options, and interested contractors must submit their proposals by November 15, 2024, while inquiries are accepted until October 1, 2024. For further details, potential bidders can contact George L. Cradic at george.cradic@dla.mil.
    Snow and Ice Removal and Surface Treatment Services
    Active
    Veterans Affairs, Department Of
    Solicitation: VETERANS AFFAIRS, DEPARTMENT OF is seeking Snow and Ice Removal and Surface Treatment Services in Fayetteville, Arkansas. This service is typically used for clearing snow and ice from the facility located at 1100 North College Avenue. Interested parties must be registered in the U.S. Small Business Administration's Veteran Small Business Certification (VetCert) database and the System for Award Management (SAM). Questions regarding the solicitation must be submitted in writing to james.hunt2@va.gov by October 11, 2023. A site visit is scheduled for October 10, 2023, at 9:30am.
    Supply Blanket Purchase Agreement
    Active
    Dept Of Defense
    Presolicitation notice from the DEPT OF DEFENSE, DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for supplies of Road Salt (Mineral Sodium Chloride) for melting snow and ice on all surfaces at Fort Drum, NY. The quantities will be determined on individual BPA calls and must be delivered in bulk tons by FLOW-BOY Tracter Trailer for off-loading into a salt style storage facility. Bagged material will not be accepted. The BPA will be evaluated annually and may remain in place for up to five years. Interested parties must be registered and current in the System for Award Management (SAM) and SAM registration must be complete prior to entering into a BPA. Initial responses are requested within 30 days of the posting date.