Gunflint Ranger District Snow Removal
ID: 1158570Type: Combined Synopsis/Solicitation
Overview

Buyer

AGRICULTURE, DEPARTMENT OFFOREST SERVICEUSDA-FS, CSA EAST 6Atlanta, GA, 303092449, 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 Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snow removal and sanding services for the Gunflint Ranger District located in Grand Marais, Minnesota. The contract requires the contractor to clear parking lots, roadways, and drives of snow after accumulations exceed one inch, with completion mandated by 6:00 AM on weekdays, and to apply sand on paved areas when ice is present. This service is crucial for maintaining safe access to the administrative site for employees and visitors during the winter months. Proposals are due by November 23, 2025, and must be submitted via email to Mikaela Laney at mikaela.laney@usda.gov, with evaluations based on price, experience, and past performance. The contract will cover a base year with four optional renewal years, extending services until May 2030.

    Point(s) of Contact
    Files
    Title
    Posted
    This Request for Quotation (RFQ) 12444526Q0001 (1158570) is a small business set-aside by the USDA-FS CSA EAST 6 for snowplowing and sanding services at the Superior National Forest, specifically the Gunflint Ranger District, in Duluth, MN. The procurement is for a base year (November 2025 – May 2026) with four optional years, extending services until May 2030. The NAICS code is 561730 with a size standard of $8M. Offers are due by November 23rd, 2025, 1800 EST, via email to Mikaela Laney. Proposals must include technical, price, and representations/certifications, with evaluation based on price, experience, and past performance, where technical and past performance are equal to price.
    The USDA Forest Service's "Experience Questionnaire" (Attachment F) is a critical document for contractors bidding on federal projects, designed to assess their qualifications and capabilities. This questionnaire, referencing FSH 6309.31 and 41 USC 1, requires detailed information on a contractor's business structure, years of experience as a prime and/or subcontractor, and a three-year project history including contract amounts and client contacts. It also asks for concurrent contractual commitments, including dollar amounts, completion percentages, and contact details for involved agencies. Contractors must disclose any past failures to complete work or instances where work was completed by performance bond, providing explanations if applicable. The document also delves into organizational capacity, including minimum and maximum employee numbers, payroll status, and estimated rates of progress. It requires a list of principal individuals' experience, a detailed inventory of equipment with maintenance plans, and descriptions of quality control, safety, and proposed schedules, including the use of bio-based products. The questionnaire concludes with a certification section, requiring the certifying official's name, title, signature, and date, affirming the accuracy and completeness of the provided information. This comprehensive assessment ensures that only qualified and reliable contractors are selected for Forest Service projects.
    The document
    The US Department of Agriculture (USDA) requires snow removal and sanding services for the Gunflint Administrative Site in Grand Marais, MN. This Performance Work Statement outlines the need for plowing parking lots, roadways, and drives after snowfalls exceeding one inch, with completion required by 6:00 AM on weekdays. Additional plowing may be requested due to wind or multiple small snowfalls. Sanding of paved areas is required immediately after snow removal when ice is present, with additional sanding as directed. The contractor must submit monthly invoices and ensure all areas are clear of snow and ice before employees arrive. Performance will be monitored by the Contracting Officer's Representative (COR), with a maximum of two deficiencies per month allowed. Meeting performance standards can lead to eligibility for additional option periods and favorable performance ratings.
    The US Department of Agriculture (USDA) Gunflint Administrative Site Snowplowing project outlines a Quality Assurance Surveillance Plan (QASP) to ensure contractor performance meets established standards. This plan details methods for measuring performance, identifying required reports, and allocating resources. Key elements include performance standards and Acceptable Quality Levels (AQLs), which define satisfactory performance and allowable deviations. The QASP also specifies responsibilities for both the contractor, who must adhere to their Quality Control Plan (QCP), and the government, through the Contracting Officer (CO) and Contracting Officer Representative (COR). Surveillance methods, such as periodic inspections, are outlined to monitor timeliness and accuracy of services. The analysis of surveillance results will categorize performance as outstanding, satisfactory, or unsatisfactory, guiding potential adjustments in surveillance levels. Appendices provide example forms for performance requirement summaries, discrepancy reports, customer feedback, and inspection checklists.
    The provided document outlines the use and structure of the Independent Government Estimate (IGE) form, a crucial tool for federal, state, and local government procurement processes. It details various IGE tabs, including 'Stand Alone IGE,' 'Stand Alone IGE w/options,' 'IDIQ' for reoccurring needs, and 'Task Order' for existing contracts. The IGE serves as an independent estimate, not a contractor quote, and should mirror the detail of the Schedule of Items pricing. Contracting Officers (COs) utilize the IGE to determine procurement value, identify applicable thresholds, and evaluate offeror understanding and price reasonableness. The document also includes examples of a 'Schedule of Items' with descriptions, estimated quantities, and pay units (EA - EACH, MO - MONTH), detailing multi-year periods of performance for services like snowplowing and sanding, indicating a firm-fixed-price contract award.
    This government file, Wage Determination No. 2015-4939, Revision No. 27, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract employees in specific counties of Minnesota and Wisconsin, effective July 8, 2025. It details hourly wages for numerous occupations across various fields, including administrative support, automotive service, healthcare, and IT. The document also specifies compliance with Executive Orders 14026 and 13658 for minimum wage, and Executive Order 13706 for paid sick leave, along with provisions for vacation, holidays, hazardous pay, and uniform allowances. A conformance process is included for unlisted job classifications.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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 rental cabins within the Flathead National Forest in Montana. The contract, designated as 1284LM26Q0005, requires the contractor to provide snow removal services within 24 hours of notification when snow accumulates to 6-8 inches, ensuring that no snow berms obstruct access to buildings. This procurement is critical for maintaining access to remote cabins during winter months, supporting public land use and recreation in the area. Interested small businesses must submit their quotes by January 8, 2026, at 1700 MST, and direct any questions to Sarah Cotton at sarah.cotton@usda.gov by December 31, 2025.
    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.
    USDA Forest Service Swan Guard Station Snow Removal
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified contractors to provide snow removal services for the Swan Guard Station located in the Swan Lake Ranger District, Lake County, Montana. The procurement involves a firm-fixed-price contract for snow removal and snowbank/berm removal services, with a base year and four optional one-year extensions, running from January 15, 2026, to January 14, 2031. This service is crucial for maintaining safe access for rental cabin guests and Forest Service staff during winter months, ensuring timely snow removal when accumulations reach eight inches or more. Interested small businesses must submit their technical and price proposals via email by the specified deadline, and for further inquiries, they can contact JoAnne Meiers at joanne.meiers@usda.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.
    Baldwin-White Cloud Snowplow in the Huron Manistee National Forest
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide snowplow and salt services for the Baldwin-White Cloud Ranger District office in the Huron Manistee National Forest, Michigan. The contract requires snow removal when accumulations exceed three inches and salting of a 60,000 square foot area, with services to be performed outside of business hours or by 6 AM for morning operations. This procurement is critical for maintaining safe access and operational efficiency during winter months, and the contract will span from January 12, 2026, to January 11, 2027, with four optional one-year extensions available. Interested contractors must submit their proposals by January 9, 2026, and can direct inquiries to Lawrence Jackson at lawrence.jackson@usda.gov or by phone at 771-210-1659.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 5, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) prior to proposal submission.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition and removal of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 7, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further information and ensure they are registered in the Systems for Awards Management (SAM) at www.sam.gov.
    Snow Removal Services at UT009 in the state of Utah
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide non-personal snow removal services at UT009 in the state of Utah. The contract will cover a performance period from February 1, 2026, to October 31, 2026, with the potential for four additional twelve-month option periods and a six-month option to extend services. These services are crucial for maintaining safe and accessible environments during winter months, ensuring operational readiness at military facilities. Interested small businesses are encouraged to reach out to Michael Maggio at michael.a.maggio3.civ@army.mil or call 520-706-1999 for further details regarding the solicitation process.
    Janitorial Services, Glacier Public Service Center (PSC)
    Agriculture, Department Of
    The Department of Agriculture, specifically the Forest Service, is seeking qualified small businesses to provide janitorial services for the Glacier Public Service Center (PSC) located in Deming, Washington. The contract requires cleaning services to be performed at varying frequencies, with off-season services twice a week from October to April and peak-season services five times a week from May to September, including tasks such as emptying trash receptacles, cleaning restrooms, and maintaining cleanliness in public areas. This procurement is a total small business set-aside, with a base performance period starting February 1, 2026, and extending through January 31, 2031, including four one-year options. Interested parties must have an active SAM registration and submit their offers, including the completed SF-1449 and relevant past performance information, by the specified deadline. For inquiries, contact Brian A. Johnson, Contracting Officer, at brian.johnson3@usda.gov or (509) 423-2223.
    USDA Forest Service Ninemile Ranger District Janitorial Services
    Agriculture, Department Of
    The USDA Forest Service is seeking qualified small businesses to provide janitorial services for its facilities located in Huson, Montana, under Solicitation Number 1284LM26Q0004. The contract will be a firm-fixed-price agreement covering a base year and four one-year option periods, requiring services once a week from September to March and twice a week from April to September. This procurement is essential for maintaining cleanliness and hygiene in government facilities, with proposals evaluated based on price, technical acceptability, and past performance. Interested parties must submit their technical and price proposals, along with required certifications, via email to JoAnne Meiers at joanne.meiers@usda.gov, with the solicitation details and evaluation criteria outlined in the attached documents.