Boston National Historical Park - Snow Removal Ser
ID: 140P4326Q0001Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THENATIONAL PARK SERVICENER SERVICES MABO (43000)BOSTON, MA, 02108, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of the Interior, through the National Park Service, is seeking qualified contractors to provide snow removal services at the Boston National Historical Park. The contract, designated as a Total Small Business Set-Aside, requires the contractor to manage snow, slush, and ice removal, ensuring priority areas are cleared to bare pavement within two hours post-storm. This service is critical for maintaining accessibility and safety at historical sites, particularly during winter months, with the contract period running from December 26, 2025, to December 25, 2026. Interested parties must submit their quotes by December 22, 2025, and direct any questions to Samuel McKenzie at samuel_mckenzie@nps.gov.

    Point(s) of Contact
    McKenzie, Samuel
    (000) 000-0000
    (304) 535-6081
    samuel_mckenzie@nps.gov
    Files
    Title
    Posted
    The Boston National Historical Park (BNHP) is seeking a contractor for snow, slush, and ice removal services for FY26. The contract is a hybrid model, combining fixed-price for small (1-3 inches) and medium (3-6 inches) storm events with time and materials for services exceeding these thresholds or for large storms (6+ inches). The contract duration is one base year, from December 26, 2025, to December 25, 2026. Services prioritize the Charlestown Navy Yard, followed by the Bunker Hill Monument/Museum, and Dorchester Heights Monument. The contractor is responsible for all management, labor, equipment, and environmentally preferable materials, ensuring areas are cleared to bare pavement within two hours post-storm and before 8:00 AM EST for priority sites. Strict adherence to safety, environmental compliance (no sand, specific ice melt use), and communication protocols with the Contracting Officer's Representative (COR) are mandatory. The contractor must submit a Quality Control Plan and is liable for any damages to government property.
    The document is a map detailing streets, avenues, and piers in an area that appears to be a waterfront or port district. Key locations identified include Chelsea Street, Second Avenue, Third Avenue, 8th Street, 9th Street, Constitution Road, and Hoosac. The map also labels several piers, specifically Pier 1, Pier 2, Pier 3, Pier 4, Pier 5, and Pier 6, along with what appear to be building numbers or plot identifiers (e.g., 21, 120, 245, 60, 158, 107, 33, 38, 149, 105, 34, 32, 5, 265, 292, 22, 128, 267, 24, 125, 109, 391, 36). The presence of piers suggests a focus on maritime or industrial infrastructure. The document's nature as a map within government files, potentially related to RFPs, grants, or state/local RFPs, indicates it could be used for urban planning, infrastructure development, logistical assessments, or property management within a port area.
    The document is a vegetation plan for the Charlestown Navy Yard, specifically Figure 9.53, detailing existing conditions in 2004. This map, part of a Cultural Landscape Report, illustrates various vegetation types like hedges, trees (deciduous and evergreen), and perennial and annual beds across different sections of the Navy Yard, including areas near the Mystic River (Tobin) Bridge/U.S. 1, Paul Revere Landing Site, and the Parade Ground. It also identifies structural features such as gates, security barriers, crane tracks, and various types of paving. The plan includes a legend for features, building names, and plant lists, with sources from a 1995 survey, 2003 orthophoto, and site visits from 2002-2004. Prepared by Ryan Reedy and Chris Stevens of the Olmsted Center for Landscape Preservation, the document provides crucial information for landscape management and preservation efforts within this historic federal property.
    This government file is a Tree Location Map for the Boston National Historical Park - Bunker Hill Monument, created by the National Park Service Olmsted Center for Landscape Preservation in 2011. The map details the approximate scale and location of various features within Monument Square, including deciduous trees, monument/landscape features, paved surfaces, buildings, and turf. It also indicates the locations of the UNITED STATES GATE, NEW HAMPSHIRE GATE, CONNECTICUT GATE, and MASSACHUSSETTS GATE, along with surrounding streets like Laurel St., High St., Soley St., Tremont St., Bartlett St., Chestnut St., and Pleasant St. The map serves as a detailed visual aid for understanding the landscape and tree placement around the Bunker Hill Monument, likely used for planning, maintenance, or historical preservation efforts.
    The document is a tree location map for Thomas Park on Telegraph Street in Dorchester, Massachusetts, produced by the National Park Service's Olmsted Center for Landscape Preservation. The map, drawn by E. Friedman in 2010, details landscape features such as paved surfaces, buildings/monuments, turf, and deciduous trees. It includes notes on a 5-foot contour interval and emphasizes that all features are shown in approximate scale and location. The sources for the map include an AutoCAD illustration from Boston National Historical Park – Dorchester Heights and an aerial photograph from MassGIS (2009). This type of document would be relevant in government RFPs for park maintenance, landscape architectural services, or historical preservation projects, providing essential spatial data for planning and execution.
    This document is a wage determination under the Service Contract Act, outlining minimum wage rates and fringe benefits for various occupations in specific Massachusetts counties: Essex, Middlesex, Norfolk, Plymouth, and Suffolk. It details requirements for federal contractors regarding minimum wage rates under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for 2025, depending on contract award dates. The document also specifies paid sick leave entitlements, vacation, and holiday benefits. Additionally, it addresses hazardous pay differentials, uniform allowances, and the conformance process for unlisted occupations, ensuring fair compensation and compliance with labor laws for service employees.
    This document is a combined synopsis/solicitation for snow removal services at Boston National Historical Park. It is issued as a Request for Quotation (RFQ) under NAICS code 561790 (Other Services to Buildings and Dwellings) with a small business size standard of $9M, designated as a Total Small Business Set-Aside. The government anticipates awarding one Firm-Fixed-Price Purchase Order with a Time and Materials Line Item. The period of performance is from December 26, 2025, to December 25, 2026. Quotes will be evaluated based on technical capability (including a work plan and Massachusetts qualifications), past performance (three recent and relevant projects), and price. Pricing must include a lump sum for six small and two medium storm events, plus hourly rates for various labor categories for services exceeding these thresholds. Quotes are due by December 22, 2025, 10 AM ET, and questions by December 17, 2025, 10 AM ET, both to Samuel_McKenzie@NPS.gov. Electronic invoicing via the Invoice Processing Platform (IPP) is required.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    S--NHTIC SNOW REMOVAL 2026
    Interior, Department Of The
    The Department of the Interior, specifically the Bureau of Land Management (BLM), is seeking proposals for snow removal and salting services at the National Historic Trails Interpretive Center (NHTIC) located in Casper, Wyoming. The procurement includes a base year of performance from January 1, 2026, to December 31, 2026, with four optional renewal years extending through December 31, 2030, to ensure safe access for employees and the public across approximately 70,000 square feet of parking and access roads, as well as 28,000 square feet of sidewalks. This service is critical for maintaining safety standards during winter months, with specific requirements for snow removal and ice management outlined in the solicitation documents. Proposals are due by December 18, 2025, and must be submitted via email to Contract Specialist Huong (Tiffany) Le at hle@blm.gov, with a pre-bid site visit scheduled for December 9, 2025, to familiarize potential bidders with the site conditions.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    Snow and Ice Removal Taunton, MA
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking a contractor to provide snow and ice removal services in Taunton, Massachusetts, for the 99th Readiness Division during fiscal year 2026. The contractor will be responsible for ensuring a clean and safe environment at the Bristol County ARC/AMSA facility, which includes providing all necessary personnel, equipment, and supplies, with a requirement for a two-hour response time after notification. This contract, which includes a 12-month base period and four optional 12-month extensions, emphasizes strict adherence to quality control, safety, and environmental compliance standards, as well as specific operational tasks such as clearing parking lots and sidewalks. Interested parties should contact Timothy McCleary at timothy.j.mccleary.civ@army.mil for further details regarding this total small business set-aside opportunity.
    Snow and Ice Removal Services in Support of U.S. Army Reserve Center in Parkersburg, WV
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Reserve Center, is seeking qualified contractors to provide snow and ice removal services at the PFC Reynolds U.S. Army Reserve Center in Parkersburg, West Virginia. The requirement includes a Firm Fixed Price contract for non-personal snow and ice removal services for a 12-month period, with four additional option years, necessitating a two-hour response time for snow removal notifications and adherence to various federal, state, and local regulations. This service is critical for maintaining safety and accessibility at the facility during winter months. Interested parties must submit their capability statements and relevant information to Nancy Zeng at nancy.m.zeng.civ@army.mil by December 17, 2025, at 1:00 PM EST, as this notice is a Sources Sought and not a solicitation for proposals.
    Snow Removal for FISL and NTDP
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified small businesses to provide snow removal services for the Fire Science Laboratory (FISL) and the National Technology and Development Program (NTDP) located in Missoula, Montana. The contractor will be responsible for ensuring safe and accessible campuses during business hours, with services triggered by weather conditions, including immediate salting and de-icing for light snow or ice. This procurement is critical for maintaining operational safety and accessibility during winter months, covering approximately 90,000 square feet of parking lots and 1750 linear feet of sidewalks at FISL, along with similar areas at NTDP. Interested parties must submit their quotations by January 5, 2026, at 12:00 PM Eastern Time, and can reach out to Arthur Courtney at arthur.courtney@usda.gov for further inquiries.
    Flathead NF Cabin Snowplowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking bids for snow plowing and snowbank removal services at various rental cabins within the Flathead National Forest, located in Montana. The contractor will be responsible for providing all necessary labor, materials, equipment, and supervision to ensure timely snow removal when accumulations reach 6 to 8 inches, with services required within 24 hours of notification. This contract is crucial for maintaining access to the cabins during winter months, ensuring safety and usability for visitors. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and can direct inquiries to Sarah Cotton at sarah.cotton@usda.gov. The contract will be awarded based on the Lowest Price Technically Acceptable criteria, with a total duration of five years, including option periods.
    Wallowa Whitman National Forest Snow Park Snow Plowing
    Agriculture, Department Of
    The Department of Agriculture, specifically the USDA Forest Service, is seeking qualified contractors to provide snow plowing services for the Wallowa-Whitman National Forest Sno-Parks located in Baker City, Oregon. The contract, identified as RFQ 1240BE26Q0014, is structured as an Indefinite Delivery/Indefinite Quantity with Firm Fixed Price CLIN, covering a base year from November 20, 2025, to September 30, 2026, along with five optional renewal years. These Sno-Parks serve as critical access points for winter recreation and special use operations, necessitating timely snow removal to ensure safety and accessibility for the public. Proposals must be submitted via email by 4:30 PM PST on December 22, 2025, and should include a technical quote, price quote, and necessary certifications, as the government intends to award the contract based on these submissions without further discussions. Interested parties can contact Andrea J. Pollock at andrea.pollock@usda.gov for additional information.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Snow and Ice Removal Services in Support of U.S. Army Reserve Center in White Plains, MD
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command - New Jersey, is seeking qualified contractors to provide snow and ice removal services at the Charles County U.S. Army Reserve Center in White Plains, Maryland. The procurement includes a firm-fixed-price requirements contract with a 12-month base period and four optional 12-month periods, requiring contractors to ensure a snow and ice-free environment by clearing designated areas, including parking lots, sidewalks, and catch basins, as outlined in the Performance Work Statement (PWS). This service is critical for maintaining safety and accessibility during winter conditions at the facility, which encompasses approximately 87,930 square feet of snow removal areas. Interested parties must submit their capability statements and relevant information to Nancy Zeng at nancy.m.zeng.civ@army.mil by December 17, 2025, at 1:00 PM EST, as this notice serves as a Sources Sought and not a solicitation for proposals.
    Snow and Ice Removal Services in Support of U.S. Army Reserve Center in Cumberland, MD
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Reserve Center, is seeking qualified contractors to provide snow and ice removal services at the Alleghany County Memorial U.S. Army Reserve Center in Cumberland, Maryland. The procurement aims to ensure a safe and accessible environment by requiring services such as snow plowing, ice removal, sanding, and salting, with strict adherence to quality control and a two-hour response time to notifications. This opportunity is critical for maintaining operational readiness and safety at the facility, which includes specific areas designated for plowing and shoveling as outlined in the attached documents. Interested parties must submit their capability statements and relevant information to Nancy Zeng at nancy.m.zeng.civ@army.mil by December 17, 2025, at 1:00 PM EST, as this is a follow-on requirement with the current contract set to expire on January 20, 2026.