FY26 CES Snow Removal
ID: FA462025RA905Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4620 92 CONS LGCFAIRCHILD AFB, WA, 99011-5320, USA

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

HOUSEKEEPING- SNOW REMOVAL/SALT (S218)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 24, 2025, 12:00 AM UTC
  3. 3
    Due Apr 30, 2025, 5:00 PM UTC
Description

The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for snow removal services at Fairchild Air Force Base in Washington for fiscal year 2026, with options for four additional years. The procurement aims to ensure effective snow removal from sidewalks and parking lots, categorized into Priority 1 and Priority 2 tasks, with strict timelines for service initiation and completion. This contract is a total small business set-aside under NAICS code 561790, emphasizing the importance of local small businesses in fulfilling essential winter maintenance services. Interested vendors must submit their proposals by April 30, 2025, and are encouraged to attend a site visit on April 15, 2025, for further clarification. For inquiries, contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.

Files
Title
Posted
Apr 24, 2025, 4:09 PM UTC
The document outlines an amendment to the solicitation FA462025RA905, issued by the 92nd Contracting Squadron at Fairchild Air Force Base. This amendment, numbered 0001 and dated April 24, 2025, serves to add Attachment 5, which includes government responses to Requests for Information (RFIs). The solicitation's original due date for offers remains unchanged, requiring that any acknowledgments of this amendment be submitted prior to the specified deadline to avoid rejection. Contractors are instructed to acknowledge the amendment through various methods, including completing specific items and returning copies or noting it within their offer submissions. The amendment reiterates that all terms and conditions of the original solicitation remain intact except for the modifications detailed herein. This communication emphasizes the importance of adhering to the contractual process and outlines the direction for contractors regarding submission of acknowledgment to ensure compliance and acceptance of their offers.
Apr 24, 2025, 4:09 PM UTC
The Performance Work Statement (PWS) for Snow Removal Services at Fairchild Air Force Base outlines the contractor's responsibilities, which include providing personnel, tools, and equipment for snow removal across parking areas (334,031 square yards) and sidewalks (55,509 square yards), excluding airfield operations and military housing. The document establishes a structured service notification procedure based on snow accumulation, categorizing removal into Priority 1 (urgent) and Priority 2 (standard) tasks with clear timelines for action. Priority 1 tasks must commence within one hour and complete within five hours after a snow event, while Priority 2 tasks allow four hours to begin, with a seventy-two hour completion window. The PWS emphasizes quality control, requiring contractors to address customer complaints promptly and maintain a quality control program. Additionally, contractors are responsible for reporting damage, managing hazardous materials, and adhering to environmental guidelines during operations. The document ensures mission-essential functions and compliance with laws, regulations, and safety policies. By summarizing these requirements, the PWS highlights the commitment of the services contract to maintain safe and accessible conditions during snow events, serving both operational readiness and community safety.
Apr 24, 2025, 4:09 PM UTC
The document FA462025RA905, specifically Attachment 2, outlines the Wage Determination (2015-5537, Rev. 24) pertinent to federal contracts. It provides specific wage rates and labor standards applicable to workers involved in government contracts within designated regions. The determination includes classifications of various job titles along with corresponding wage rates, thus ensuring compliance with federal labor regulations. This attachment serves as a critical tool for contractors to accurately bid on federal projects by understanding the minimum compensation required for laborers. It emphasizes the importance of adhering to wage laws and labor standards, promoting fair compensation within government contracting. The document is structured to facilitate easy reference to specific wage categories and rates, reflecting the federal commitment to uphold labor integrity while executing contracts.
Apr 24, 2025, 4:09 PM UTC
The FAFB Snow Removal Pricing Schedule outlines the pricing structure for snow removal services at various locations associated with FAFB (location unspecified) for the base year of October 1, 2025, through September 30, 2026, and includes options for extended service through October 1, 2029, to September 30, 2030. The pricing is categorized into two priority levels: Priority 1 (Red) and Priority 2 (Yellow), with a uniform price of $0.00 per square yard for both categories across all specified areas, which include parking lots and sidewalks across multiple buildings and facilities. The document details total square yardage for different locations and provides a subtotal for parking lots and sidewalks, with an overall grand total of 389,525 square yards scheduled for maintenance. Importantly, it states that there will be a total evaluated price of $0.00 for all years, emphasizing that no financial allocations are listed for services rendered. The intent of the document aligns with government RFP protocols, indicating a structured approach to solicit proposals for snow removal services while maintaining budget neutrality, thereby impacting local service contractors and their participation.
Apr 24, 2025, 4:09 PM UTC
The present/past performance questionnaire for snow removal services at Fairchild AFB, WA, seeks evaluations from respondents on various aspects of contractors' performance, particularly in fulfilling contractual obligations (Solicitation No: FA462025RA905). The completed forms are to be submitted electronically or via mail by April 25, 2025. Key sections of the questionnaire request details about the contractor's background, the respondent's information, and a series of performance evaluation questions rated on a scale from unsatisfactory to exceptional. Aspects covered include recruitment effectiveness, personnel performance, timeline adherence, complaint management, contractor responsiveness, pricing competitiveness, and overall performance. Additional queries address necessary qualifications of contract personnel, the issuance of discrepancy reports, and willingness to award future contracts to the contractor. This evaluation is critical for assessing prospective offers, guiding effective procurement practices within government contracts, and ensuring quality service delivery.
Apr 24, 2025, 4:09 PM UTC
The document addresses a Request for Proposal (RFP) concerning snow removal services at Fairchild Air Force Base. Key topics include wage determination for specific job roles, contract details, service requirements, and evaluation criteria. The current contract, awarded under ID FA462020D0007 with a ceiling value of $2,309,530.30, confirms that there is an incumbent for the upcoming solicitation period. Snow removal is considered an essential service, and the contract spans from October 1, 2025, to March 31, 2031, allowing for possible extensions. The contractor is not mandated to operate in a specific manner, provided they meet service requirements, and will be paid based on workload as specified by the Contracting Officer Representative (COR). Additionally, guidelines for snow measurement, plowing practices, and staging areas for contractor vehicles are clarified. Ultimately, the document serves to outline essential expectations and operational parameters for potential contractors in fulfilling the snow removal requirements at the base.
Apr 24, 2025, 4:09 PM UTC
The 92d Contracting Squadron's RFP FA462025RA905 seeks proposals for snow removal services for Fairchild Air Force Base's sidewalks and parking lots for the fiscal year 2026 and four option years. This solicitation is entirely set aside for small businesses under NAICS code 561790, with a size standard of $9 million. Contractors must be registered in the System for Award Management (SAM) to be eligible. The contract is structured with specific line items for Priority 1 and Priority 2 snow removal services, with provisions for inspection and acceptance upon delivery. Proposal submissions must include a detailed plan for continuing essential services during contingencies, a completed pricing schedule, and relevant past performance assessments. Interested vendors are invited to a site visit on April 15, 2025, to discuss queries prior to the proposal due date of April 30, 2025. Offers will be evaluated based on price, past performance, and a essential services continuation plan. The government reserves the right to reject any proposal and cancel the solicitation if necessary. This RFP exemplifies federal contracting efforts to ensure efficient winter maintenance and to support local small businesses.
Dec 20, 2024, 9:06 PM UTC
Fairchild Air Force Base (FAFB) is issuing a sources sought notice in anticipation of upcoming snow removal contracts for its parking areas and sidewalks, covering approximately 334,031 square yards and 55,509 square yards, respectively. This requirement is directed towards firms capable of providing personnel, equipment, and services to fulfill these needs under NAICS code 561790, with a contract size limit of $9 million. Respondents must provide details including business classification, contact information, and relevant experience. The snow removal work will prioritize speed and effectiveness, emphasizing quick response times for different priority levels. Contractors must ensure cleared areas allow for safe pedestrian and vehicle access while maintaining compliance with various operational guidelines. Additionally, contractors are responsible for reporting vehicle operations and managing any hazardous materials used during the execution of services. Quality control measures will be essential to avoid customer complaints and ensure satisfactory performance levels. This request emphasizes environmentally preferable practices in line with federal regulations, demonstrating the government’s commitment to sustainable procurement in its operations.
Dec 20, 2024, 9:06 PM UTC
The sources sought notice FA462025RA905 seeks information from companies qualified to provide snow removal services at Fairchild Air Force Base (FAFB) in Washington. The contractor will be responsible for clearing parking areas and sidewalks totaling approximately 389,540 square yards, excluding airfield operations and military housing. This proposal falls under NAICS code 561790 for support activities related to road transportation, with a size standard of $9 million. Interested firms must submit their business information, including size and socioeconomic classification, and provide documentation of relevant experience. Services include prompt snow removal, categorized into Priority 1 and Priority 2 tasks, with specific response timelines. Performance objectives emphasize minimal customer complaints and prompt re-performance when service thresholds are not met. The contractor must also manage hazards, follow environmental regulations, and maintain quality control throughout the contract duration. The notice underlines the non-solicitation nature and requests responses by December 23, 2024, urging that registered firms must respond separately to any resulting solicitation. This document primarily serves to gauge interest and capability in providing essential snow removal services, crucial for operational safety at the military installation.
Lifecycle
Title
Type
FY26 CES Snow Removal
Currently viewing
Combined Synopsis/Solicitation
Sources Sought
Similar Opportunities
FY25 Multiple Award Construction Contract (MACC)
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY25 Multiple Award Construction Contract (MACC) at Fairchild Air Force Base in Washington. This contract aims to provide indefinite delivery and indefinite quantity (IDIQ) construction services, including maintenance, repair, and new construction projects, with a total value not to exceed $95 million over a five-year period, plus an optional two-year extension. The work will encompass various construction disciplines, including facility upgrades, utility work, and airfield pavement, emphasizing rapid response capabilities for emergencies affecting Air Force operations. Interested contractors must submit their proposals by May 15, 2025, and are encouraged to attend a mandatory orientation seminar on January 22, 2025. For further inquiries, contact Richard Hedrick at richard.hedrick.2@us.af.mil or Tuyen Nguyen at tuyen.nguyen.2@us.af.mil.
Sewer Cleaning and Inspection Services - FAIRCHILD AFB, WA
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is seeking quotes for Sewer Cleaning and Inspection Services at Fairchild Air Force Base (AFB) in Washington. The contract, designated as a Total Small Disadvantaged Business Set-Aside, requires contractors to provide labor, materials, and equipment for the cleaning and inspection of the sanitary sewer system, with the goal of maintaining system capacity and ensuring compliance with environmental regulations. This service is critical for maintaining the operational integrity of the base's waste management systems. Quotes are due by April 28, 2025, and interested parties should contact Mimi Robertson Lake at mimi.robertsonlake@us.af.mil or Patrick Rangel at patrick.rangel@us.af.mil for further information.
FY25 Concrete
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the provision of 144 cubic yards of 5000 psi concrete for maintenance purposes at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering the concrete to four designated locations on the flightline, ensuring compliance with all federal, state, and local regulations, and addressing issues related to flaking concrete that could lead to foreign object debris. This procurement is set aside for small businesses under NAICS code 327320, emphasizing the government's commitment to supporting small business participation in federal contracting. Interested vendors must submit their quotes by April 30, 2025, via email to the designated contracting officials, and are encouraged to contact Angelo Bolanos or Brandon Teague for further information.
Boiler Maintenance
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified small businesses to provide boiler maintenance services at Fairchild Air Force Base in Washington. The contractor will be responsible for comprehensive management and maintenance of hydronic and steam boilers, including preventive and corrective maintenance, operational attendance, and compliance with Air Force regulations. This service is critical for ensuring the functionality and safety of heating systems essential for base operations. Proposals are due by May 14, 2025, and interested parties should contact Michael Salone at michael.salone@us.af.mil or Paul Blais at paul.blais@us.af.mil for further information.
Synopsis - Deicer IDIQ
Buyer not available
The Department of Defense, specifically the Oregon Air National Guard's 173rd Fighter Wing, is seeking qualified small businesses to provide liquid runway deicer through a Total Small Business Set-Aside contract. This procurement aims to ensure safe airfield conditions by maintaining suitable traction for air traffic during icy and snowy weather from September 10, 2025, to September 9, 2030. The deicer is crucial for operational readiness and safety at the airfield. The complete solicitation is expected to be posted in May 2025, and interested parties must ensure their System for Award Management (SAM) registration is active to be eligible for award. For further inquiries, potential bidders can contact Phillip Chik at phillip.l.chik2.civ@army.mil or Shana Stroh at shana.stroh@us.af.mil.
Hydrant Area C Refueling Facilities
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Seattle District, is seeking interested business sources for the upcoming Hydrant Area C Refueling Facilities project at Fairchild Air Force Base in Spokane, Washington. This project aims to construct a Type III jet fuel hydrant system to enhance the fueling capabilities for the Washington Air National Guard, which currently lacks adequate facilities to support its missions. The anticipated contract will be a firm fixed-price design-bid-build construction project, with a magnitude between $25 million and $100 million, requiring 100 percent payment and performance bonds. Interested firms must submit a capabilities package by May 7, 2025, to Michael Saldana at michael.e.saldana@usace.army.mil, and ensure they are registered in the System for Award Management (SAM) to be eligible for government contracts.
FY25 Dorm Furniture and Appliances
Buyer not available
The Department of Defense, through the 92d Contracting Squadron, is soliciting proposals for the provision of dorm furniture and appliances at Fairchild Air Force Base in Washington. The contractor will be responsible for delivering a range of specified items, including nightstands, microwaves, and dishwashers, as outlined in the Statement of Work, with inspections conducted by a government representative upon delivery. This procurement is part of an initiative to enhance living accommodations for military personnel, ensuring compliance with federal, state, and local standards. Interested small businesses must submit their quotes by May 2, 2025, and can contact Nakía Hightower or Benjamin Hampton for further information.
92SFS Lateral Filing System
Buyer not available
The Department of Defense, through the Department of the Air Force, is seeking proposals from small businesses for the procurement of a Lateral Filing System to be utilized at Fairchild Air Force Base in Washington. This requirement is outlined in the combined synopsis/solicitation FA462025QA908, which emphasizes compliance with federal guidelines and the importance of timely reporting and collaboration with government representatives. The selected contractor will be responsible for providing detailed descriptions of processes and methodologies, ensuring adherence to safety protocols and risk management practices throughout the project lifecycle. Interested parties must submit their quotes by May 15, 2025, and are encouraged to contact Yuying Wang at yuying.wang@us.af.mil or 509-247-4403 for further information. Note that funds are not currently available for this effort, and the government reserves the right to cancel the solicitation at any time.
FY25 Multiple Award Paving Contract (MAPC)
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is preparing to solicit bids for the FY25 Multiple Award Paving Contract (MAPC) at Scott Air Force Base in Illinois. This procurement aims to establish an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract for a range of paving tasks, including the construction and reconstruction of roads, airport runways, and other related infrastructure, with a total small business set-aside. The contract will have a firm-fixed-price structure, targeting eight small businesses, with a guaranteed minimum of $500 and a maximum program value of $45 million over a two-year base period and three two-year option periods. Interested contractors must be registered in the System for Award Management (SAM.gov) and are encouraged to monitor the site for the solicitation release, expected around May 1, 2025. For inquiries, contact Jody L. Noram at jody.noram.1@us.af.mil or Regina A. Brand at regina.brand@us.af.mil.
Skywatch Tower
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the procurement of a new Skywatch mobile security tower for the 92nd Security Forces Squadron at Fairchild Air Force Base in Washington. The primary objective is to enhance the existing inventory of security towers to improve operational efficiency and effectiveness during various events, including aerial demonstrations, by integrating advanced features such as thermal and infrared cameras. This initiative underscores the importance of modernizing security capabilities to effectively manage potential threats and safeguard critical resources. Interested vendors must submit their quotes referencing RFQ FA462025QA942 by May 7, 2025, and ensure they are registered in the System for Award Management (SAM). The contract will be a firm-fixed-price agreement with a delivery timeline of 180 days after receipt of order, although no awards will be made until funds are available. For further inquiries, vendors can contact Yuying Wang at yuying.wang@us.af.mil or Benjamin Hampton at benjamin.hampton.1@us.af.mil.