Sagamore Hill Grounds and Snow
ID: 2024_1330Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA2835 AFLCMC HANSCOM PZIHANSCOM AFB, MA, 01731-2107, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors for grounds maintenance and snow removal services at Sagamore Hill in South Hamilton, Massachusetts. The procurement aims to ensure safe access to facilities by removing snow from roads and parking areas and maintaining the grounds to facilitate movement for personnel and guests. This opportunity is critical for operational readiness and emphasizes the importance of local business engagement, as contractors must be located within a 60-mile radius for rapid response. Interested small businesses must submit their quotes by September 11, 2024, with the contract performance period running from September 21, 2024, to September 20, 2029. For further inquiries, contact Ashleigh Harvey at ashleigh.harvey.3@us.af.mil or Matthew Smith at matthew.smith.96@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This document outlines a Request for Proposals (RFP) for non-personal services related to snow and ice removal, as well as grass cutting and weed removal in Hamilton, Massachusetts. The contract period is set from September 21, 2024, to September 20, 2025, and requires the successful contractor to provide all necessary labor, tools, equipment, and protective gear, including prescription safety glasses. The inclusion of transportation and incidentals further emphasizes the comprehensive nature of the services needed. This RFP reflects the government's commitment to maintaining local public spaces and ensures that the contractor adheres to specified performance work standards. Overall, it highlights the need for effective management of municipal landscaping and winter maintenance tasks, which are essential for safety and aesthetic purposes in the community.
    The document is a Performance Work Statement (PWS) outlining the requirements for snow removal and summer grounds maintenance at Sagamore Hill in Hamilton, MA. It specifies that the contractor must provide all necessary labor, equipment, and materials to ensure service compliance with federal, state, and local codes. The scope includes snow removal for accumulations of 1 to 3 inches and includes a requirement for total operational safety during winter conditions. For summer grounds maintenance, landscaping, and litter management must be performed with a focus on healthy, well-maintained grounds. Detailed maintenance standards are provided for improved and semi-improved areas, with a plan for effective lawn care, tree and shrub maintenance, and pest control. Additionally, the contractor must abide by various federal contracting clauses, provide reports on contracting costs, and ensure that all work complies with safety regulations. The PWS sets clear performance objectives for both snow removal and grounds maintenance, emphasizing a high standard of service (95% threshold) evaluated through periodic surveys and customer complaints. Environmental management, safety protocols, and reporting requirements for incidents are also outlined, underscoring the contractor’s responsibilities. This document represents a formal solicitation in response to government needs for maintenance services and compliance with environmental and safety regulations, typical of federal RFPs and local grant initiatives.
    The Quality Assurance Surveillance Plan (QASP) for grounds maintenance and snow removal at Sagamore Hill outlines a framework for monitoring contractor performance under a Performance-Based Services Acquisition (PBSA). Its primary purpose is to ensure contractor compliance and to maintain quality service standards by clearly defining roles, responsibilities, and assessment methods for a multi-functional team, which includes a Contracting Officer (CO), Contracting Officer Representative (COR), and Quality Assurance Program Coordinator (QAPC). The contractor is responsible for general grounds maintenance and efficient snow removal, while the government focuses on oversight. Key components include an incentive plan for positive contractor performance and a structured approach for assessing compliance using methods such as periodic surveillance and random sampling. The document specifies performance objectives, outlined metrics for acceptable service levels, and protocols for handling discrepancies, ensuring that any service failures are rectified without additional costs to the government. A review of contractor performance occurs shortly after contract initiation, focusing on technical compliance, scheduling, management, and staffing effectiveness. The plan emphasizes ongoing communication about performance status and strategies for managing any unacceptable performance outcomes, illustrating the government's commitment to effective service delivery at Sagamore Hill.
    The document outlines a combined synopsis/solicitation for grounds maintenance and snow removal services at Sagamore Hill in South Hamilton, MA. It is issued as a Request for Quote (RFQ), specifically set aside for small businesses with a size standard of $9.5 million. Interested contractors must provide detailed quotes adhering to specified formats and requirements, including a technical proposal demonstrating their understanding of the government's needs and capabilities. The performance period spans from September 21, 2024, to September 20, 2029, with opportunities for contract renewal in subsequent years. Contractors must be local to enable a rapid response, within a 60-mile radius. The bid submission process includes several compliance requirements and a technical evaluation, with the awarded contract based on the lowest evaluated price of technically acceptable quotes. The document emphasizes strict adherence to guidelines regarding telecommunications equipment and requires offers to be submitted via email by September 11, 2024. This solicitation aims to ensure safe access and maintenance of the Sagamore Hill grounds, reflecting the government's commitment to operational readiness and local business engagement.
    The document outlines Wage Determination No. 2015-4049 under the Service Contract Act, indicating the required minimum wage rates for federal contracts in Massachusetts, particularly in Essex County. Effective January 30, 2022, contracts must adhere to Executive Order 14026, which mandates a minimum wage of $17.20 per hour, unless the contract was secured before this date, in which case the applicable rate is $12.90 under Executive Order 13658. It details the required wage rates for various occupations, including administrative support, automotive service, food preparation, and health occupations, all featuring specific hourly rates and fringe benefits like health and welfare. The document emphasizes that contractors are also accountable for providing paid sick leave under Executive Order 13706, mandating 1 hour of paid leave for every 30 hours worked. Additionally, it outlines requirements regarding vacation time and holidays. Any unlisted classifications require a conformance process to align with wage standards. This wage determination serves an essential role in ensuring fair compensation for workers engaged in government contracts, directly impacting procurement processes and contractor obligations in the public sector.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Snow Removal Services- Fort Drum, NY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow removal services at Fort Drum, NY. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to ensure effective snow management to maintain operational readiness during winter months. The contract is categorized under Landscaping Services (NAICS 561730) and involves housekeeping tasks related to snow removal and salting (PSC S218). Interested parties should note that the closing date for proposals has been extended to Wednesday, September 18, 2024, at 10:00 AM EDT. For further inquiries, potential bidders can contact Kayla Rogers at kayla.m.rogers14.civ@army.mil or Jeffery Frans at jeffery.l.frans.civ@army.mil.
    Snow Removal Services MO081 Multi-Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide snow removal services at two locations in Missouri under solicitation W911SA25Q3012. The contract requires the contractor to deliver labor, equipment, and materials for snow and ice removal to ensure safe access to roadways, sidewalks, and parking areas, with a performance period from November 1, 2024, to October 31, 2025, and options for four additional years plus a six-month extension. This procurement is crucial for maintaining operational safety during winter conditions at Army Reserve facilities, emphasizing the importance of timely and effective snow removal services. Interested vendors must submit their quotes by September 27, 2024, to Kayla Christian at kayla.j.christian.civ@army.mil, ensuring all required documentation is included to be considered for award.
    Snow Removal Services at WI088 (MS) Milwaukee and Pewaukee, WI
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking proposals for snow removal services at two locations in Wisconsin: Milwaukee and Pewaukee. The contract, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), requires the contractor to provide all necessary personnel, equipment, and materials for effective snow management from November 1, 2024, to October 31, 2025, with options for four additional years and a six-month extension. This procurement is critical for maintaining safety and accessibility at military facilities during winter conditions, ensuring compliance with state and local regulations. Interested vendors must submit their quotes by September 23, 2025, to the primary contact, Courtney L. Davis, at courtney.l.davis65.civ@army.mil, and are encouraged to review all solicitation documents available at www.sam.gov.
    Snow Removal Services WI088 Multi Site
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide snow removal services at multiple sites in Wisconsin under solicitation number W911SA24Q3118. The contract will cover snow removal operations at three locations, ensuring timely and efficient service from November 2024 to October 2025, with options for four additional years and a potential six-month extension. This procurement is critical for maintaining operational efficiency and safety during winter months, and it is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested vendors must submit their quotes by September 27, 2024, and can access the solicitation and related documents at www.SAM.gov. For further inquiries, contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil.
    Snow Removal Services MT001
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for snow removal services at a designated site in Billings, Montana, under Solicitation Number W911SA25Q3008. The contract requires the provision of all necessary labor, materials, and equipment to ensure safe conditions on roadways, parking lots, loading docks, and sidewalks from November 1, 2024, to October 31, 2025, with options for four additional years and a potential six-month extension. This procurement is critical for maintaining operational efficiency during winter months, emphasizing the importance of timely and effective snow management services. Interested small businesses must submit their quotes by the specified deadline and ensure compliance with all documentation requirements; for inquiries, contact Dorothy Doughty at dorothy.a.doughty.civ@army.mil.
    Snow Removal Services at 3 Locations in Ogden, Utah
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army, is seeking qualified contractors to provide snow removal services at three locations in Ogden, Utah, under solicitation number W911SA25Q3003. The contract will cover the performance period from November 1, 2024, to October 31, 2025, with options for four additional one-year extensions, ensuring safe and accessible conditions during winter months. This procurement is crucial for maintaining operational safety and efficiency at government facilities, and it is set aside for small businesses, encouraging participation from veteran-owned and minority-owned firms. Interested vendors must submit their quotes by September 20, 2024, and can direct inquiries to Leslie A. Koenig at leslie.a.koenig2.civ@army.mil.
    W911SA25Q3010 Snow Removal Services for KS100 in New Century, KS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is soliciting quotes for snow removal services at the Army Reserve facility KS100 in New Century, Kansas, under solicitation number W911SA25Q3010. The contract requires the selected contractor to provide all necessary labor, equipment, and materials for effective snow and ice management, ensuring safe conditions on roadways, parking lots, and sidewalks, with a service period anticipated from November 1, 2024, to October 31, 2025, and the possibility of four one-year extensions. This procurement is crucial for maintaining operational safety and accessibility during winter months, and interested small businesses must submit their quotes by September 30, 2024. For further inquiries, potential bidders can contact Breanna Huff at breanna.d.huff.civ@army.mil.
    Snow Removal Services for KS037 in Wichita,Kansas
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified small businesses to provide snow removal services at the Army Reserve Facility KS037 located in Wichita, Kansas. The contract, identified by solicitation number W911SA25Q3011, encompasses a performance period from November 1, 2024, to October 31, 2025, with options for four additional years and a six-month extension. This procurement is critical for maintaining operational efficiency and public safety during winter weather conditions, ensuring that the facility remains accessible and functional. Interested vendors must submit their quotes by September 20, 2024, no later than 10:00 AM CST, and can direct inquiries to Laurie Lago at laurie.e.lago.civ@army.mil for further information.
    Snow Broom Head Cassettes
    Active
    Dept Of Defense
    The Department of Defense, specifically the Massachusetts Air National Guard, is seeking to procure five complete sets of United Rotary Brush Snow Broom Cassettes, part number 29-CPW265224, compatible with M-B Companies Inc. model 4618 FMD. The procurement is a total small business set-aside, emphasizing the need for specific technical specifications, including 18-foot split core poly/wire cassette refills with 24 bars and 28 rows. This equipment is crucial for maintaining operational readiness at the Barnes Air National Guard Base in Westfield, Massachusetts. Interested vendors must submit their quotations via email by September 23, 2024, and direct any questions to MSgt Nathan Staples at 104.fw.msc@us.af.mil or Capt Emerald Meredith at emerald.meredith.1@us.af.mil.
    Snow and Ice Removal Services, Rockville, MD (MD021)
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command, is soliciting proposals for snow and ice removal services at the Maus-Warfield USARC located in Rockville, Maryland. The contract requires a qualified contractor to ensure safe and accessible environments by providing comprehensive snow management services, including plowing and shoveling designated areas, with a focus on efficiency and compliance with federal, state, and local regulations. This service is critical for maintaining operational readiness during winter months, as it directly impacts accessibility and safety at the facility. Interested small businesses must submit their proposals by 10 AM on September 17, 2024, and can direct inquiries to Michael Hull at michael.j.hull40.civ@army.mil or Christina M. Elardo at christina.m.elardo.civ@army.mil.