FY26 Snow Removal
ID: FA462025RA905Type: Sources Sought
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
    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 is a total small business set-aside under NAICS code 561790, focusing on essential services to maintain safety and accessibility during winter conditions, including snow removal from sidewalks and parking lots. Interested vendors must submit proposals by April 30, 2025, following a site visit on April 15, 2025, and are required to be registered in the System for Award Management (SAM). For further inquiries, potential contractors can contact Branden Lawson at branden.lawson@us.af.mil or Valerie Lawrence at valerie.lawrence@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Combined Synopsis/Solicitation
    FY26 Snow Removal
    Currently viewing
    Sources Sought
    Similar Opportunities
    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.
    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 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 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 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 - 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 - Lock Haven, PA (PA060)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for snow and ice removal services in Lock Haven, Pennsylvania. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC) and aims to ensure safe and accessible facilities during winter weather conditions. The services are categorized under the NAICS code 561790, which pertains to other services to buildings and dwellings, and are critical for maintaining operational readiness and safety at military installations. Interested vendors can find additional details and necessary documents through the provided link to the PIEE website, and are encouraged to reach out to primary contact Ronald M. Stinson at ronald.m.stinson.civ@army.mil or secondary contact Katie J. Lyons at katie.j.lyons.civ@mail.mil for further inquiries.
    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.
    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.
    Snow and Ice Removal Services in Support of U.S. Army Reserve Center in Parkersburg, WV
    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 PFC Reynolds U.S. Army Reserve Center in Parkersburg, West Virginia. The requirement includes a Firm Fixed Price contract for non-personal snow and ice removal services for a 12-month period, with four additional option years, necessitating a two-hour response time for snow removal notifications and adherence to various federal, state, and local regulations. This service is critical for maintaining safety and accessibility at the facility during winter months. 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 notice is a Sources Sought and not a solicitation for proposals.