SECTOR LAKE MICHIGAN SNOW REMOVAL
ID: 37240PR250000001Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Site Preparation Contractors (238910)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The FAR Smart Matrix outlines pertinent provisions and clauses from the Federal Acquisition Regulation (FAR) relevant to federal acquisitions, grants, and state and local RFPs. The document categorizes each provision as either 'P' (prescribed) or 'C' (contractual), along with their applicable contexts, indicating if they are essential for fixed-price contracts (FP) or other conditions (CON). Key provisions cover areas such as anti-kickback procedures, contractor responsibilities, business ethics, and various terms of compliance such as subcontracting, price adjustments, and labor laws. The matrix includes a variety of requirements related to small business participation, environmental considerations, and reporting obligations, ensuring ethical standards, compliance with federal laws, and fair treatment in procurement processes. This structured compilation serves as a vital reference for government agencies and contractors engaged in procurement, ensuring adherence to regulatory standards during acquisitions. By providing a clear overview of required clauses, the document aids in the preparation of bids and contracts, facilitating efficient and compliant interactions in federal and state contracting environments.
    The United States Coast Guard (USCG) is seeking a contractor for annual snow removal and de-icing services at the Sector Lake Michigan facility in Milwaukee, Wisconsin. The contract will cover a base year plus four option years, ensuring snow maintenance throughout the winter season. The contractor will manage snow clearing of approximately 2.7 acres of paved surfaces and sidewalks, implementing de-icing measures while adhering to safety regulations to prevent environmental damage, particularly to Lake Michigan. Snow removal must begin when accumulation reaches one inch, and areas must be cleared to a 95% standard. The contractor is responsible for all labor, materials, and equipment, and must coordinate with the Onsite Representative regarding snow pile areas. Furthermore, contractor employees must comply with security measures and conduct rules established by the Department of Homeland Security. No government resources will be provided, and the contractor is responsible for any damages caused during operations. The document outlines the expectations, operational hours, and requirements for contractor conduct and deliverable acceptance, emphasizing the importance of maintaining safe conditions at the facility while providing efficient snow management services.
    The document outlines Wage Determination WD # 2015-4899 for services under the Service Contract Act (SCA) in selected Wisconsin counties: Milwaukee, Ozaukee, Washington, and Waukesha. It specifies wage rates and fringe benefits for numerous occupations, including clerical, automotive, food service, and health occupations, and establishes compliance with Executive Orders regarding minimum wage and paid sick leave. Effective as of December 26, 2023, it emphasizes that contractors must pay at least the applicable minimum wage rates and adhere to specific fringe benefit requirements, including health and welfare payments and vacation days. The contract stipulates that any job classifications not covered must undergo a conformance process for classification and wage determination. The document's purpose is to guide federal contractors in compensating workers fairly and legally within applicable federal and state laws while ensuring compliance with labor standards and regulations. This framework is critical for government RFPs and grants to ensure transparency and equity in employment practices across funded projects.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Snow Removal Services for IL177 (MS)
    Active
    Dept Of Defense
    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.
    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.
    USCG KETCHIKAN ALASKA JANITORIAL SERVICES
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for janitorial services at Base Ketchikan, Alaska, with an anticipated contract start date in January 2025. The contractor will be responsible for maintaining clean and sanitary conditions in government buildings, employing a tailored labor mix and management structure based on historical data, while adhering to federal and state compliance regulations. This procurement emphasizes the use of eco-friendly materials and qualified personnel, ensuring safety and regulatory compliance throughout operations. Interested parties must submit their proposals to Deno Stamos at deno.a.stamos@uscg.mil before the specified deadline to be considered for the award.
    USCGC Polar Star Oily Waste Offload ODF25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the offload and disposal of 8,000 gallons of oily waste from the USCGC Polar Star, scheduled for October 24, 2024, at USCG Base Seattle, Pier 46F. The selected vendor will be responsible for offloading the waste using a truck or barge equipped with a 200-foot long hose and 2-inch camlock fittings, ensuring that the ship is properly boomed off during the operation. This procurement is critical for maintaining environmental compliance and operational readiness, as it involves the safe disposal of hazardous waste materials. Interested vendors should direct technical inquiries to Joshua Smith at joshua.m.smith@uscg.mil and contracting inquiries to Joseph Legan at Joseph.M.Legan@uscg.mil, with all proposals due by the specified date.
    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.
    OVERHAUL POLAR CLASS (WAGB-10) ICEBREAKER CONTROLLABLE PITCH PROPELLER (CPP) HUB ASSEMBLYs FY-25
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the overhaul of the Controllable Pitch Propeller (CPP) hub assemblies for the POLAR STAR (WAGB-10) icebreaker, with a contract period spanning from May 1, 2025, to April 30, 2030. The contractor will be responsible for providing all necessary labor, materials, and equipment to meet the specifications outlined in the solicitation, which includes detailed processes for disassembly, inspection, and testing of the CPP hub assemblies. This procurement is critical for maintaining the operational capabilities of the icebreaker, ensuring it meets safety and performance standards. Interested parties must submit their proposals by October 31, 2024, and can direct inquiries to Robin B. Kloeppel at robin.b.kloeppel@uscg.mil or Abdul H. Toulas at Abdul.H.Toulas@uscg.mil for further clarification.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ and assigned 120’ Barges. The procurement requires contractors to deliver all necessary facilities, materials, equipment, personnel, and services for both planned and unplanned dry-dock repairs, ensuring compliance with stringent safety and environmental standards. This initiative is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, particularly in the Great Lakes region, where seasonal constraints affect vessel movement. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Diego Avila at diego.j.avila@uscg.mil, with the total contract value estimated at around $26 million over the contract period.
    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.
    CGC SAGINAW - MOLD REMEDIATION
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for mold remediation services on the CGC SAGINAW. This service is typically used to remove and prevent the growth of mold on ships and marine equipment. The place of performance for this procurement is Mobile, AL, USA. Interested vendors are requested to submit an official quote, including labor cost per hour and materials breakdown, to Tyler Melton at tyler.k.melton@uscg.mil. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures.
    PSC GENSET Storage & Maintenance
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the storage and maintenance of six large Generator Sets (GENSETs) valued at $35 million, with a contract number of 70Z02325RSALC0001. The procurement requires the contractor to provide indoor climate-controlled storage, transportation from a commercial vessel, and compliance with Original Equipment Manufacturer (OEM) maintenance standards, ensuring operational readiness and equipment longevity. This initiative is critical for safeguarding essential equipment, with a contract duration of 12 months and four optional extensions, primarily performed at the Dundalk Marine Terminal in Baltimore, Maryland. Interested contractors should contact Nichol Fitzpatrick at nichol.a.fitzpatrick@uscg.mil or 571-607-4767 for further details, and proposals must be submitted in accordance with the guidelines outlined in the solicitation documents.