Rooftop Snow Removal BPAs
ID: FA500025Q0027Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA5000 673 CONS LGCJBER, AK, 99506-2501, 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 proposals from qualified small businesses for a Blanket Purchase Agreement (BPA) to provide rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER) in Alaska. The procurement aims to establish multiple-award BPAs for a period of five years, commencing October 1, 2025, with an estimated total award amount of $9.5 million. These services are crucial for maintaining safety and accessibility at the base during winter months, ensuring that snow does not obstruct building access points or utilities. Interested contractors must submit their quotes by August 28, 2025, and can direct inquiries to Christina Shorkey at christina.shorkey.2@us.af.mil or Brendan DeLane at brendan.delane.1@us.af.mil.

    Files
    Title
    Posted
    This Blanket Purchase Agreement (BPA) outlines the terms and conditions for furnishing rooftop snow removal services to the government. It functions as a simplified monthly charge account, with an approved price list and a cumulative purchase limit of $1,000,000.00 over a five-year ordering period. The government is only obligated for calls placed by authorized personnel, who have individual spending limits. The contractor will receive a list of authorized callers. Invoices must be submitted monthly or upon BPA expiration, detailing services, square foot pricing, and total amounts. Pricing should include most-favored customer and prompt payment discounts. The expected service completion date must be included in quotes. Payments will be made via Wide Area Work Flow or Government Purchase Card. The contractor must not accept unauthorized calls or calls exceeding limits, as the government will not be liable for such claims. Either party can cancel the BPA with 30 days' written notice. The contractor is also required to maintain specified insurance coverage throughout the contract performance.
    This Statement of Work (SOW) outlines requirements for roof top snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. The contractor must provide all labor, equipment, and materials for snow and debris removal from rooftops as specified in the Blanket Purchase Agreement (BPA). Key performance requirements include responding to requests, removing snow to a depth of 2-3 inches while protecting surfaces and allowing occupants to continue normal activities, and clearing accumulated snow to designated government areas daily. Removed snow must not obstruct building access points or utilities. Quality standards mandate clear egress and walkways, adherence to FEMA P-957, Snow Load Safety Guide, OSHA, and AOSHA safety requirements. Deliverables include records of snow removal for each BPA call (building, date, time, amount). Services can be performed 24 hours a day with 24-hour advance notification to the Government. The contractor is responsible for providing and maintaining equipment, and inspecting rooftops for hazards or damage. Methods may vary by roof type (EPDM, PVC, built-up, ballasted, standing seam metal), requiring compatible equipment and materials to prevent damage.
    The document, titled "Rooftop Snow Removal Attachment 1 - Facility Listing," is a comprehensive inventory of various government facilities. It details properties such as the BOM Warehouse, Base Supply, GSA/611/WRM, and multiple warehouses. For each facility, the document specifies the facility name, construction type (e.g., Steel/Concrete/Wood), roof type (e.g., Flat, Low Slope, Barrel/Flat), age, mission, and square footage (S/F). The facilities vary in age from 1944 to 2008 and encompass diverse missions, including supply, logistics, maintenance, recreation, and administrative functions. The total square footage listed across all facilities is 2,866,448 S/F. This attachment likely serves as a critical reference for a larger Request for Proposal (RFP) or government contract related to rooftop snow removal services, providing essential data on the scope and characteristics of the facilities requiring such services.
    The document outlines the JBER Rooftop Snow Removal Pricing Schedule, detailing costs for snow removal services across various facilities at Joint Base Elmendorf-Richardson (JBER) for a base year and four option years, spanning from October 2025 to September 2030. Each year's schedule lists the same 24 facilities, their square footage, and designated columns for
    The government file is a comprehensive document outlining various sections and sub-sections, likely pertaining to a Request for Proposal (RFP), federal grant, or state/local RFP. The document details administrative procedures, technical requirements, and legal compliance. Key areas include general provisions, specific project requirements, and detailed appendices or exhibits. It outlines guidelines for submissions, evaluation criteria, and contractual obligations. The file emphasizes adherence to specific dates and standards, with references to different sections and their corresponding page numbers. The content appears to cover a broad spectrum of governmental procurement or grant application processes, focusing on structured information dissemination and compliance with established regulations.
    The document, part of federal government RFPs, outlines various clauses incorporated by reference and in full text for commercial product and service acquisitions, specifically for DoD-related contracts. Key clauses cover a wide range of topics including contracting officer responsibilities, whistleblower rights, antiterrorism awareness, safeguarding defense information, and prohibitions on certain telecommunications equipment and business operations with specific foreign entities (Maduro Regime, Xinjiang Uyghur Autonomous Region). It also includes detailed instructions for electronic payment submissions via Wide Area WorkFlow (WAWF), outlining definitions, access, training, submission methods, and routing data. Furthermore, the document specifies evaluation factors for commercial products and services, emphasizing price and technical capability. It extensively details offeror representations and certifications, including those related to small business concerns (veteran-owned, SDVOSB, small disadvantaged, women-owned, HUBZone), affirmative action compliance, Buy American Act, Trade Agreements, responsibility matters (debarment, tax liability, felony convictions), and prohibitions against inverted domestic corporations and entities engaging in certain activities with Iran. The document mandates certifications regarding knowledge of child labor, place of manufacture, service contract labor standards, taxpayer identification numbers, and public disclosure of greenhouse gas emissions, ensuring compliance with federal regulations and executive orders. It is a comprehensive guide for contractors on compliance, ethical conduct, and operational requirements when dealing with government contracts.
    The document outlines the Terms and Conditions for a Blanket Purchase Agreement (BPA) for rooftop snow removal services. It specifies that the contractor may provide services up to a maximum of $1,000,000 over a five-year period, with obligations stemming solely from authorized calls placed by personnel listed by the Contracting Officer. Authorized callers will have defined limits, and the government will not honor unauthorized calls. Invoices must be submitted monthly or at BPA expiration, detailing various required information including pricing and expected completion dates. The contractor's quotes should reflect competitive discounts, and payment will be processed through specified government systems. The BPA can be canceled by either party with 30 days' notice, and the contractor is responsible for maintaining necessary insurance throughout the contract's duration. Overall, the document emphasizes accountability and clarity in procurement processes, ensuring both parties' interests are respected within the governmental framework of RFPs and contracting.
    The Statement of Work (SOW) outlines the requirements for roof top snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. The contractor is responsible for providing all necessary labor, equipment, and materials for effective snow and debris removal from specified rooftops. The performance requirements mandate the removal of snow accumulations of 2-3 inches while ensuring normal operations for building occupants and maintaining clear access to exits and utilities. Quality standards emphasize unblocked egress and compliance with safety guidelines, including FEMA and OSHA regulations. Deliverables include documentation of snow removal activities. The contractor can execute removal operations anytime but must provide 24-hour notice to the government. Additionally, the contractor's snow removal methods should consider various roof types, such as EPDM and metal roofs, using compatible equipment to avoid damage. This SOW reflects a government Request for Proposal (RFP), aimed at ensuring safe, effective, and compliant snow removal services to support facility operations at JBER during winter conditions.
    The document outlines a comprehensive inventory of various facilities pertaining to rooftop snow removal, detailing critical infrastructure within a government context. It lists 34 facilities, including warehouses, maintenance shops, and recreational areas, along with their respective construction types, ages, square footage, and designated missions. The facilities ranged from steel and concrete constructions built between 1944 and 2008, totaling a significant cumulative area of 2,866,448 square feet. The document serves as part of a broader initiative likely related to federal RFPs (Requests for Proposals) or federal grants, emphasizing the need for ongoing maintenance and potential upgrades due to aging structures. This emphasis on geographic and facility data aids in managing resources effectively, ensuring that necessary snow removal operations can be efficiently planned and executed, particularly in regions susceptible to heavy snowfall. The structural and operational details provided are crucial for evaluating the requirements and potential funding opportunities related to facility upkeep and snow management strategies.
    The JBER Rooftop Snow Removal - Pricing Schedule outlines the snow removal services required for various facilities at Joint Base Elmendorf-Richardson (JBER) from October 1, 2025, to September 30, 2030. The document lists a total of 25 facilities, specifying their respective square footages, which collectively amount to 2,866,448 square feet. The pricing schedule spans five years, including the base year and four option years. For each year, price per square foot, additional fees, and total price fields are provided, but all entries are currently marked as $0.00, indicating that specific pricing has not yet been established. The document is structured to present facility information consistently across the years and emphasizes the need for snow removal services, highlighting JBER's commitment to maintaining operational readiness during winter months. The pricing schedule serves as a preliminary framework for potential contractors to prepare their bids according to the outlined facilities and service requirements. This reflects the government’s structured approach to procurement through Requests for Proposals (RFPs) in the public sector.
    The document appears to be a corrupted or encoded file, making it impossible to extract clear information directly. However, based on the context provided, it likely pertains to federal or state Requests for Proposals (RFPs) and grants related to government projects. RFPs are typically issued by government entities to solicit proposals from contractors, encouraging competition and ensuring that public funds are spent effectively. The main purpose of such documents is to describe project requirements, eligibility, evaluation criteria, and submission guidelines for potential bidders. Key ideas in government RFPs generally include scope of work, budget constraints, deadlines, and compliance with legal regulations. Grantees are often required to demonstrate capability, past performance, and alignment with the government’s objectives in the proposal process. In summary, despite the technical difficulties in retrieving specific content from the file, it is clear that the document is related to government funding opportunities and project bidding processes, crucial for transparency and efficiency in public sector operations.
    The document is a federal acquisition solicitation detailing the terms, clauses, and requirements for offers related to government contracts, specifically focusing on compliance with laws and regulations. Essential clauses highlight contractual obligations such as ensuring anti-terrorism training, safeguarding defense information, and adherence to ethical practices, particularly regarding former DoD officials and whistleblower rights. Specific provisions prohibit business operations related to the Maduro regime and certain procurements from the Xinjiang Uyghur Autonomous Region. Furthermore, it establishes requirements for electronic submission of payment requests, outlines evaluation criteria for commercial products and services, and mandates representations regarding various business classifications such as small and disadvantaged businesses. The document underscores the government's commitment to fair procurement practices while ensuring eligible domestic suppliers are prioritized. Compliance with environmental regulations, anti-child labor standards, and assurances against engaging in business operations with entities linked to Iran also feature prominently. This contractual framework is crucial for maintaining integrity and accountability in federal acquisitions.
    The Department of the Air Force, 673d Contracting Squadron at Joint Base Elmendorf-Richardson, Alaska, issued Solicitation No. FA5000-25-Q-0027 as a combined synopsis/solicitation and Request for Quotation (RFQ) for rooftop snow removal services. This 100% Small Business set-aside, under NAICS code 561730 ($9.5M standard), aims to establish multiple Blanket Purchase Agreements (BPAs) for up to five years, starting October 1, 2025, with a maximum annual ceiling of $200,000 and an aggregate maximum of $1M. Vendors must be registered in SAM.gov. A site visit is scheduled for June 17, 2025, at 2:00 PM AKDT, with questions due by June 24, 2025, and quotes by July 2, 2025, at 12:00 PM AKDT. Quotes will be evaluated based on the Lowest Price Technically Acceptable (LPTA) approach, requiring a completed pricing schedule and technical information addressing the Statement of Work (SOW).
    The Department of the Air Force's 673d Contracting Squadron is soliciting bids for rooftop snow removal services at Joint Base Elmendorf-Richardson, Alaska, through a combined synopsis/solicitation (Solicitation no. FA5000-25-Q-0027). This request is exclusively for small businesses under NAICS code 561730, aiming to establish multiple Blanket Purchase Agreements (BPAs) valid for five years, with a ceiling amount of $200,000 annually, culminating in a total of $1 million. Interested vendors must submit quotes by July 2, 2025, and are encouraged to attend a site visit on June 17, 2025. The proposals will be evaluated based on price and technical acceptability using a Lowest Price Technically Acceptable (LPTA) evaluation method. The document outlines specific requirements for submissions, including completion of a pricing schedule and technical capability statements. Successful bidders will secure BPAs, agreeing to fixed prices for the contract duration. Compliance with federal regulations and safety measures on government installations is highlighted throughout the solicitation.
    The Department of the Air Force, 673d Contracting Squadron, Joint Base Elmendorf-Richardson, Alaska, issued a Memorandum for Record regarding RFP FA500025Q0027 for Rooftop Snow Removal. This document addresses questions and answers from a site visit, clarifying key aspects of the potential contract. The government prefers a per square foot bid, not an hourly rate, for snow removal. Contractors will not be assigned specific buildings for the entire season; assignments will occur during site-specific visits. No dedicated lay-down yards or storage areas will be provided on base; temporary staging areas will be identified at each roof location during the specific site visit. Contractors are responsible for preventing snow placement over ingress/egress sidewalks, windows, doors, or power panels/meters. Aerial imagery, roof specifications, and load-bearing capacity data will be provided during site visits. There is no established specific snow depth threshold that triggers a snow removal call-out; the 773 CES will determine the need for removal. Contractors are not responsible for transporting snow to a designated dump site; placement locations will be identified during site visits for in-house removal by installation personnel. The contractor is responsible for accurately classifying employees based on the actual work performed, seeking guidance from the DOL's Wage and Hour Division if unsure.
    This government solicitation, FA500025Q00270001, issued by the United States Air Force, outlines a Request for Proposal (RFP) for rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. The contract is set aside for Women-Owned Small Businesses (WOSB) with a NAICS code of 561730 and a size standard of $9,500,000.00. The solicitation details the scope of work, period of performance (October 1, 2025, to September 30, 2026), and various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Key clauses cover electronic payment via Wide Area WorkFlow (WAWF), small business utilization, equal opportunity, and combating human trafficking. Offerors must complete representations and certifications, including business size and other socio-economic statuses, via the System for Award Management (SAM).
    This government file is a solicitation/contract/order for commercial products and services, specifically for rooftop snow removal at Joint Base Elmendorf-Richardson (JBER), Alaska. It outlines the general terms, conditions, and requirements for contractors, including detailed clauses related to federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS). Key aspects include the contract type (multiple-award Blanket Purchase Agreement), period of performance (October 1, 2025, to September 30, 2026), and payment instructions via Wide Area WorkFlow (WAWF). The document also contains comprehensive offeror representations and certifications, covering various business classifications like small business, veteran-owned, and women-owned concerns, along with compliance requirements for labor standards, anti-trafficking, and foreign acquisitions. It emphasizes adherence to federal laws and executive orders, ensuring transparency and accountability in government contracting.
    The document is a federal government solicitation for a Women-Owned Small Business (WOSB) to provide rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. It outlines the general terms, conditions, and requirements for the Blanket Purchase Agreement (BPA), with an estimated total award amount of $9,500,000.00. Key details include the solicitation number FA500025Q00270003, an offer due date of August 8, 2025, and a performance period from October 1, 2025, to September 30, 2026. The file specifies various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, emphasizing compliance with regulations regarding electronic invoicing via Wide Area WorkFlow (WAWF), small business utilization, and labor standards. It also includes detailed offeror representations and certifications related to business size, veteran status, women-owned status, and various ethical and compliance requirements.
    The document outlines a government solicitation for Women-Owned Small Businesses (WOSB) to provide rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. This is a Request for Proposal (RFP) for a multiple-award Blanket Purchase Agreement (BPA), with an estimated total award amount of $9,500,000.00. Key details include a solicitation issue date of June 9, 2025, and an offer due date of August 14, 2025, at 12:00 PM. The period of performance for services is from October 1, 2025, to September 30, 2026. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses covering areas such as electronic payment via Wide Area WorkFlow (WAWF), small business utilization, equal opportunity, and restrictions on certain foreign procurements and labor practices. Offerors must complete representations and certifications, including those related to business size and compliance with federal regulations.
    This government solicitation, FA500025Q00270005, is for a Women-Owned Small Business (WOSB) set-aside to establish a multiple-award Blanket Purchase Agreement (BPA) for rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. The solicitation seeks proposals for firm-fixed-price services with a period of performance from October 1, 2025, to September 30, 2026, and an estimated total award amount of USD 9,500,000.00. Key elements include detailed instructions for electronic payment via Wide Area WorkFlow (WAWF), various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses governing commercial products and services, and specific offeror representations and certifications related to business size and other compliance requirements. The document emphasizes adherence to federal regulations concerning small business utilization, labor standards, and ethical conduct.
    This government file is an amendment to a solicitation (RFP) for contract number FA500025Q0027, issued by FA5000 673 CONS LGC in JBER, AK. The primary purpose of this amendment, numbered 0001 and effective June 30, 2025, is to extend the Request for Quotation (RFQ) due date. The original due date of July 2, 2025, at 12 PM AKDT has been extended to July 25, 2025, at 12 PM AKDT. Additionally, the amendment announces a new site visit scheduled for July 9, 2025, at 1 PM AKDT, requiring interested parties to email the Points of Contact (POCs) by July 8, 2025, at 12 PM AKDT. This modification also updates the Response Due Time Zone from Alaska Standard Time to Alaska Daylight Time. Bidders must acknowledge receipt of this amendment to ensure their offers are considered valid.
    This document is an amendment (FA500025Q00270002) to a solicitation (FA500025Q0027) issued by FA5000 673 CONS LGC, JBER, AK. The primary purpose of this amendment is to change the site visit time from July 9, 2025, at 1:00 PM to July 9, 2025, at 9:00 AM AKDT. All other terms and conditions of the original solicitation remain unchanged. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 and returning copies, acknowledging receipt on each offer copy, or sending a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may result in rejection of the offer. This document also outlines procedures for modifying existing offers based on this amendment and details fields for contract ID, effective date, issuing and administering offices, and contractor information.
    The document is an amendment to a federal government solicitation (RFQ number FA500025Q00270003), specifically Standard Form 30 (SF 30). Its primary purpose is to extend the due date for offers from July 25, 2025, to August 8, 2025. This modification also indicates that a Questions and Answers (Q&A) document will be issued in a forthcoming amendment. The amendment outlines the procedures for offerors to acknowledge receipt of the changes, emphasizing that failure to do so by the new deadline may result in the rejection of their offer. It also details how previously submitted offers can be modified in light of this amendment. The document reiterates that all other terms and conditions of the original solicitation remain unchanged.
    Amendment 0004 to Solicitation FA500025Q0027 extends the Request for Quote (RFQ) due date from August 8, 2025, to August 14, 2025. This amendment incorporates answers to questions received during the site visit and ensures all terms and conditions of the original solicitation remain unchanged. Contractors must acknowledge receipt of this amendment by completing items 8 and 15, acknowledging on each offer copy, or sending a separate communication referencing the solicitation and amendment numbers. Failure to acknowledge may result in rejection of the offer. This modification ensures all necessary information is provided and the submission timeline is adjusted for potential offerors.
    This document is an amendment to a solicitation (RFQ #FA500025Q0027) issued by the United States Air Force, specifically the 673 CONS LGC. The primary purpose of this amendment (number 0005) is to extend the Request for Quotation (RFQ) due date. The original due date of 12:00 PM AKDT on August 14, 2025, has been extended to 12:00 PM AKDT on August 28, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment also outlines the methods for offerors to acknowledge receipt, such as by returning signed copies, acknowledging on the offer, or through separate communication, emphasizing that failure to acknowledge prior to the deadline may result in rejection of the offer.
    The document outlines a solicitation for a Blanket Purchase Agreement (BPA) to provide rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER) in Alaska. This procurement is specifically set aside for Women-Owned Small Businesses (WOSB) and incorporates various federal acquisition regulations. The main objective is to secure reliable snow removal services to ensure safety and operational efficiency at the military facilities. Key details include the contract's total award amount of $9.5 million, a performance period from October 1, 2025, to September 30, 2026, and specific requirements regarding invoicing and payment processes via the Wide Area Workflow (WAWF) system. The document also emphasizes adherence to specified federal labor standards, equal opportunity clauses, and mandates for small business subcontracting, reinforcing the government's commitment to promoting small business participation in federal contracts while ensuring compliance with applicable laws and regulations.
    This document outlines a solicitation for a Blanket Purchase Agreement (BPA) designated for Women-Owned Small Businesses (WOSB) to provide rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. The primary focus is to establish a contract for the term from October 1, 2025, to September 30, 2026, with a total award amount of up to $9,500,000. The contractor must deliver services outlined in the combination (COMBO) document that includes compliance with various Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Contractors are required to submit quotes by July 25, 2025, and include specific information such as pricing, delivery schedules, and payment methods, particularly through the Wide Area WorkFlow (WAWF) system for invoice processing. The structure provides detailed specifications regarding the evaluation of offers, certification requirements, payment terms, and subcontracting limitations. Emphasis is placed on ensuring participation from economically disadvantaged and minority-owned businesses, furthering the government’s commitment to inclusivity and supporting small business participation in federal contracting opportunities.
    The document outlines a government solicitation for a Blanket Purchase Agreement (BPA) for rooftop snow removal services at Joint Base Elmendorf-Richardson (JBER), Alaska. Estimated at $9.5 million, the contract seeks to provide snow removal across the facility from October 1, 2025, to September 30, 2026. It emphasizes the need for firms owned by women or other designated small business categories, including economically disadvantaged and service-disabled veterans, to participate. The solicitation requires interested contractors to submit bids by August 8, 2025, and outlines various clauses, regulations, and payment procedures, including electronic invoicing through the Wide Area WorkFlow (WAWF) system. Key contractual obligations such as compliance with the Service Contract Labor Standards and adherence to federal requirements for small businesses underscore the importance of equitable participation in government contracts. This solicitation exemplifies the federal government's commitment to promoting inclusive competition and achieving compliance with various labor and business standards while addressing operational needs for snow removal at military installations.
    This document is an amendment to a solicitation regarding an RFQ (Request for Quotation) issued by the U.S. federal government. Its primary objective is to extend the due date for submissions from July 2, 2025, to July 25, 2025, at 12pm AKDT. It also announces an additional site visit on July 9, 2025, at 1pm AKDT, requiring interested participants to notify the Points of Contact (POCs) by July 8, 2025. Key procedural requirements are outlined, including methods for contractors to acknowledge the amendment and the importance of timely communication regarding any changes to submitted offers. The amendment preserves all terms and conditions of the original solicitation, except as specified. The relevant codes and contact information for further inquiries are provided in detail. Overall, the document emphasizes maintaining compliance with federal communication protocols and the importance of adhering to new deadlines in the procurement process.
    The document is an amendment related to solicitation and contract modification processes within a federal procurement framework. It serves to notify responders about the extension or change of the submission period and details the methods for acknowledging receipt of the amendment. The amendment updates specific logistical information, notably changing the site visit time from 1 PM to 9 AM on July 9, 2025, while confirming that all other terms and conditions remain unchanged. The form contains sections for both the contractor and contracting officer to provide necessary signatures and information, guiding contractors on how to manage their submissions in accordance with federal regulations. This amendment is part of maintaining compliance and clarity in the contracting process, ensuring that all parties are informed of procedural changes that could impact their offers or contracts.
    The document is an amendment to a solicitation, specifically extending the due date for offers in response to a Request for Quotation (RFQ) from 12:00 PM AKDT on July 25, 2025, to 12:00 PM AKDT on August 8, 2025. It outlines the procedures for acknowledging receipt of the amendment and advises contractors on how to modify their already submitted offers. The amendment clarifies that despite this change, all other terms and conditions of the original document remain intact. Additionally, it indicates that a Q&A document will be forthcoming in a future amendment, which will provide further clarifications. The document includes relevant identifying information—such as contract ID, modification number, and contact details for the contracting officer—and adheres to the formal structure required for government solicitations. This amendment serves to ensure that interested parties are adequately informed and can respond appropriately to the solicitation changes, facilitating transparency and compliance in the procurement process.
    Lifecycle
    Title
    Type
    Rooftop Snow Removal BPAs
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Amendment 1 of Snow Removal Equipment Rental for Fort Wainwright, Alaska
    Dept Of Defense
    The Department of Defense, specifically the Army, is seeking qualified contractors for the rental of snow removal equipment at Fort Wainwright, Alaska, under Amendment 1 of the solicitation W912D0-26-Q-0001. The procurement requires the provision of two all-wheel drive motor graders and two wheel loaders, along with all necessary personnel, equipment, supplies, and services to ensure continuous snow clearing operations from January 12, 2026, to February 22, 2026. This equipment is crucial for maintaining operational readiness in the training areas during winter months, adhering to federal, state, and U.S. Army regulations. Interested contractors should direct inquiries to SSG Eric Kim at eric.k.kim.mil@army.mil or MAJ Molly Libowski at molly.a.libowski.mil@army.mil, and must comply with the total small business set-aside requirements as outlined in the solicitation.
    3 SNOWPLOWS WITH FLEXIBLE BLADES
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of three snowplows equipped with segmented flexible blades, under solicitation number FA660626Q0002. The requirement includes two 10-12ft plows designed for Volvo L50 and JCB 416 HT, and one 18ft plow for Volvo 110, all aimed at enhancing snow removal efficiency while minimizing surface damage. These snowplows are critical for maintaining operational readiness in harsh winter conditions, ensuring effective snow clearance and equipment protection. Interested vendors must submit their quotes by 12:00 PM EST on January 9, 2026, to the designated contacts, Rosalie M. Connelly and Kyle Kalagher, via email, and must include detailed warranty information and compliance certifications as outlined in the solicitation documents.
    JBR050 Aircraft Maintenance Hangar
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the construction of a 52,047 square foot Aircraft Maintenance Hangar and Aviation Operations Facility at Joint Base Elmendorf-Richardson, Alaska. This facility will provide essential multipurpose space for the maintenance, repair, and major overhaul of military aircraft, including areas for maintenance bays, technical supply, production control, and quality control related to aviation maintenance for the Alaska Army National Guard (AKARNG). The successful contractor will play a crucial role in enhancing the operational capabilities of military aviation through this construction project. Interested parties can reach out to Michelle Nelsen at michelle.nelsen@usace.army.mil or call 907-753-2527 for further details regarding the solicitation process.
    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 Broom Bristles
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking small business vendors for the procurement of Snow Broom Bristles at Dover Air Force Base, Delaware. The requirement specifically calls for brand-name SIB Brush Sets (cassette sections) designed for 22-foot and 18-foot front-mounted brooms, utilizing Bekaert DS0509 steel wire bristles. These items are crucial for effective snow removal operations, ensuring safety and accessibility during winter conditions. Interested vendors must submit their quotes by December 23, 2025, at 12 PM EST, and can direct inquiries to Sydney Hocker or Amn Bryce Ganske at the provided contact details.
    J&A-Base Operations Support Services Bridge Contract
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide Base Operations Support Services for Fort Wainwright and its subordinate locations in Alaska. The procurement aims to fulfill a requirement under unusual and compelling urgency, as justified in accordance with FAR 6.302, which necessitates the services to be provided without full and open competition. These services are critical for maintaining operational readiness and supporting the daily functions of military installations. Interested parties can reach out to Elisse Teachey at elisse.s.teachey.civ@army.mil or by phone at 808-787-5588, or Keely Pool at keely.k.pool.civ@army.mil or 808-787-8807 for further details.
    Snow and Ice Removal Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide snow and ice removal services at the Franklin USARC located at 1545 Airport Rd, Franklin, PA 16323-1940. The objective of this procurement is to ensure safe and accessible conditions during winter months in support of the 99th Readiness Division (RD). These services are critical for maintaining operational readiness and safety at military facilities. Interested contractors can reach out to Sameera Sharif at sameera.e.sharif.civ@army.mil or by phone at 609-562-7036 for further details regarding the solicitation process.
    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.
    Snow and Ice Removal Services - Baltimore, MD (MD003)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for snow and ice removal services in Baltimore, Maryland, under solicitation number W15QKN-26-Q-A009. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure safe and accessible environments during winter weather conditions by providing timely snow and ice management. This service is crucial for maintaining operational readiness and safety at military facilities. Interested vendors can reach out to Ronald M. Stinson at ronald.m.stinson.civ@army.mil or by phone at 609-562-7036, or contact Katie Lyons at katie.j.lyons.civ@army.mil for further details regarding the solicitation and its requirements.
    Anchorage Air Force Hub Recruiting Office
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for a lease of approximately 1,800 gross square feet of fully serviced office space in Anchorage, Alaska, for an Air Force Recruiting Office. The lease will be for a term of five years, with the government retaining termination rights, and must include parking for up to seven government vehicles. This procurement is critical for supporting military recruitment operations, ensuring that the facility meets specific construction and security specifications as outlined in the associated documents. Interested parties must submit their proposals by April 11, 2025, and can contact Amy DelaCruz at Amy.n.Delacruz@usace.army.mil or call 907-753-2859 for further information.