S208--Snow Removal Services TOGUS MAINE 402-26-1-4808-0031
ID: 36C24126Q0132Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF241-NETWORK CONTRACT OFFICE 01 (36C241)TOGUS, ME, 04330, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Service-Disabled Veteran-Owned Small Business Set Aside (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is soliciting bids for snow removal services at the VAMC Togus in Augusta, Maine, under Solicitation Number 36C24126Q0132. The procurement aims to ensure safe and accessible conditions for patients, employees, and visitors by providing comprehensive snow and ice removal from various areas, including walkways, ramps, and loading docks, with a contract duration of one year and four optional renewal periods. This service is critical for maintaining operational safety during winter months, utilizing specific de-icing products and requiring compliance with VA safety policies. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their firm-fixed-price quotes by December 18, 2025, at 11:00 AM EST to Tyler Kenyon at tyler.kenyon@va.gov.

    Point(s) of Contact
    Tyler M KenyonContract Specialist
    (401) 273-7100
    tyler.kenyon@va.gov
    Files
    Title
    Posted
    This government file appears to be a detailed floor plan or architectural drawing for a facility, likely a healthcare or administrative building, given the extensive list of rooms and areas. The document maps out various offices, patient rooms, utility spaces (e.g., O2 storage, soiled utility, clean utility), medical areas (e.g., MedSafe, Med Rm, Exam Rms), and common areas (e.g., waiting rooms, dining, conference rooms, break rooms). It also indicates structural elements like stairs, elevators, pipe chases, and courtyards. Specific departments and functions are identified, such as Psychology Intern Office, Psychology Training Director, Social Worker Office, Psychiatrist Office, Chief of Geriatrics, Extended Care Office, HBPC Admin, and a Geriatric Outpatient Clinic. The presence of
    The provided document is a plot plan and building directory for a facility, likely a government or institutional complex, given the context of RFPs and grants. The plot plan details the layout of various roads, lots, and key features such as water tanks, a duck pond, and the Greely Brook. It also indicates speed zones across different roads. The building directory lists numerous structures with their corresponding numbers and functions, including administrative quarters, medical facilities (hospital, primary care, mental health, CLC & hospice), various single quarters, maintenance and storage buildings (barn-storage, grounds storage, equipment storage, salt shed), garages, utility buildings (boiler plant, biomass, chiller building, water tanks, sewage pump stations, electrical switchgear, emergency generator), and specialized facilities (gym, pool & therapeutic exercise clinic, chapel, theater, fire station, laundry, warehouse). The scale of the plot plan is 1"=200'. The document provides a comprehensive overview of the site's infrastructure and the purpose of each building.
    This Safety Data Sheet (SDS) for Cutting Edge® Pro PowerMelt+ details the product's identification, hazards, composition, first-aid measures, firefighting procedures, accidental release measures, handling and storage, exposure controls, physical and chemical properties, stability and reactivity, toxicological information, ecological information, disposal considerations, and regulatory information. The product is an ice melt, classified as a mixture, with calcium chloride as a key ingredient, which can cause serious eye irritation. While generally not considered a significant hazard under normal use, processing can cause irritation to the respiratory tract, eyes, and skin. The SDS outlines necessary personal protective equipment, safe handling practices, and emergency procedures, emphasizing compliance with federal and state regulations. It is not regulated for transport by DOT, IMDG, IATA, or TDG.
    The Department of Veterans Affairs (VA) is soliciting bids for snow removal services at the VAMC Togus in Augusta, Maine, under Solicitation Number 36C24126Q0132. This is a combined synopsis/solicitation issued as an RFQ, set aside 100% for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will have a one-year base period and four one-year option periods. The NAICS code is 561790 with a $9M small business size standard. Quotes are due by December 18, 2025, at 11:00 AM EST and should be sent to tyler.kenyon@va.gov. Award will be based on a comparative evaluation considering price, technical capability, past performance, and certification, with the lowest-priced, technically acceptable offer being selected. Offerors must complete representations and certifications via SAM.gov and provide a firm-fixed-price quote along with a signed Limitations of Subcontracting attachment.
    The VA Notice of Limitations on Subcontracting—Certificate of Compliance for Services and Construction (JAN 2023) outlines subcontracting limitations for VA contracts, as per 38 U.S.C. 8127(l)(2). Offerors must certify compliance, with specific percentages for services (50%), general construction (85%), and special trade construction (75%) that cannot be paid to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). These percentages apply to the amount paid by the government, with exclusions for certain direct costs and material costs depending on the contract type. The certification is subject to federal laws, and false statements can lead to criminal, civil, or administrative penalties. Non-compliant SDVOSBs/VOSBs may face referral to the VA Suspension and Debarment Committee, fines, and prosecution. Contractors must provide documentation to VA to demonstrate compliance, and failure to do so may result in remedial action. The offeror must complete, sign, and return the formal certification with their bid, as offers without it will be deemed ineligible for award.
    Attachment 2 provides tailored instructions for offerors submitting quotes for commercial products and services under Simplified Acquisition Procedures, superseding the standard FAR 52.212-1. Key instructions include NAICS code and small business size standards, particularly for non-manufacturers and specific set-asides. Quotes must be signed, dated, and submitted by the specified time, including the solicitation number, quoter's information, technical descriptions, warranty terms, price, 'remit to' address, completed FAR 52.212-3 representations, and acknowledgment of amendments. Past performance is not considered for simplified acquisitions. Offerors must state their agreement with solicitation terms. Quotes are held firm for 30 days unless otherwise specified. Product samples, if required, are submitted at no government expense. Multiple quotes are encouraged. Late submissions may be rejected, with specific provisions for government process interruptions. The government may issue a purchase order to one or more quoters, even if not the lowest price, and reserves the right to accept parts of a quote or a lesser quantity. Information on obtaining requirements documents and unique entity identifier requirements are also detailed. Unsuccessful quoters will not be notified.
    The document outlines the evaluation criteria for commercial products and services in government solicitations, effective April 18, 2025. The Government will issue a purchase order to the most advantageous quotation, considering price and other factors. Evaluation factors include Technical merit, Past Performance, and Price. The evaluation will use a comparative process as per FAR 13.106-2 (b) (3), comparing quotations to determine the best benefit. While the Government may select a quotation exceeding minimum requirements, it is not obligated to do so, and alternate quotations are not accepted. Technical evaluation assesses the extent to which the quotation meets or exceeds requirements, Past Performance evaluates risks based on a quoter's record, and Price is evaluated by totaling all line item prices.
    The Department of Veteran Affairs (VA) Togus Maine is seeking snow removal and surface treatment services for its facilities. The contract will be for 12 months with four option years. The chosen vendor will be responsible for clearing snow and ice from stairs, walkways, ramps, doorways, paths of egress, loading docks, and other miscellaneous areas, ensuring the safety of patients, employees, and visitors. The vendor must monitor weather conditions, provide 24/7 contact information, and respond to call-outs within one hour. Operations must maintain clear and passable conditions at all times, with excess snow removed within 24 hours of a weather event. The vendor must use specific de-icing products (Cutting Edge Pro Power Melt+) and ensure all equipment has flashing lights and backup alarms. Employees must be competent, comply with VA safety and security policies, including vaccination requirements (influenza, COVID, Tuberculosis), and obtain proper badging. Performance reviews will be conducted regularly. All communications must include the contract number 402-26-230SC. The place of performance is 1 VA center, Augusta ME 04330.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    F014--Tree Removal
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Tree Removal Services for the Togus VA Medical Center located in Augusta, Maine. The procurement includes tree removal, stump grinding to a minimum depth of six inches, chipping or hauling away debris, and mulching with environmentally safe coloring, with the contract structured as a base year plus one option year. This service is crucial for maintaining the safety and aesthetics of the medical center's grounds, ensuring compliance with environmental regulations. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their firm fixed price quotes, along with a completed Limitation of Subcontracting form and a technical capabilities proposal, by December 26, 2025, at 5:00 PM EST. For further inquiries, contact Kenya R. Mitchell at Kenya.Mitchell1@va.gov.
    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.
    Snow and Ice Removal Services - Gaithersburg, MD (MD013)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for snow and ice removal services in Gaithersburg, Maryland. This solicitation, designated as W15QKN-26-Q-A007, is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure safe and accessible conditions during winter weather events at the specified location. The services are critical for maintaining operational readiness and safety at military facilities. Interested vendors can find additional details and documentation through the provided link and are encouraged to reach out to the primary contact, Ronald M. Stinson, at ronald.m.stinson.civ@army.mil or by phone at 609-562-7036, or the secondary contact, Katie Lyons, at katie.j.lyons.civ@army.mil for further inquiries.
    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 Services in Galax, VA
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is seeking qualified contractors to provide snow and ice removal services at the PFC Curtis B. Schooley USARC located in Galax, Virginia. The procurement aims to establish a firm fixed price contract to ensure safe and accessible facilities during winter weather conditions, which is critical for operational readiness and safety. This opportunity is set aside exclusively for small businesses, with an estimated contract start date of January 2, 2026. Interested parties should review the posted solicitation and Performance Work Statement for detailed requirements and are encouraged to contact Bryan Thompson at bryan.e.thompson20.civ@army.mil or 520-687-5375 for further inquiries.
    Snow and Ice Removal Services - Grafton, WV (WV014)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - NJ, is seeking proposals for snow and ice removal services at the T. Bailey Brown USARC located in Grafton, WV. The procurement aims to establish a Firm Fixed Price purchase order to ensure effective snow and ice management, which is crucial for maintaining safety and accessibility at military facilities during winter months. This opportunity is set aside exclusively for small businesses, and interested vendors are encouraged to review the attached Performance Work Statement and Site Map for detailed requirements. Proposals must be submitted by the specified response date, and potential bidders can reach out to Shannon Harvey at shannon.e.harvey3.civ@army.mil or 609-562-4243, or Amber Mears at amber.l.mears.civ@army.mil for further inquiries.
    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 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.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    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.