Loading...
W15QKN26QA033
Response Deadline
May 20, 2026, 8:00 PM(EDT)26 days
Eligibility
Contract Type
Solicitation
SUBJECT: Snow and Ice Removal Services - CUMBERLAND, MD 21502
NOTICE: THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS IN
ACCORDANCE WITH FAR 52.232-18
1. General Information
NAICS Code: 561790 - Other Services to Building and Dwellings
Product Service Code (PSC): S218, Snow Removal/ Salt Services
Set-Aside: This is a 100% Total Small Business Set-Aside competitive action
Contract Type: Firm-Fixed-Price
2. The Army Contracting Command - New Jersey (ACC-NJ) on behalf of the 99th Readiness
Division DPW has a requirement to procure new Snow and Ice Removal Services. The scope of
this requirement is to provide a clean workplace free of snow and ice by providing all personnel,
supplies, supervision, tools, materials, equipment, transportation, fuel, and other items and nonpersonal
services necessary to provide Snow Removal Services in accordance with the
Performance Work Statement (PWS) at the Alleghany County Memorial USARC, 14418
MCMULLEN HWY, CUMBERLAND, MD 21502.
3. Period and Place of Performance
Period of Performance (PoP): The contract will include one (1) 12-month base year and four (4)
12-month option years.
Base Year: September 1, 2026 - August 31, 2027
Option Year 1: September 1, 2027 - August 31, 2028
Option Year 2: September 1, 2028 - August 31, 2029
Option Year 3: September 1, 2029 - August 31, 2030
Option Year 4: September 1, 2030 - August 31, 2031
Place of Performance:
Alleghany County Memorial USARC
14418 MCMULLEN HWY
CUMBERLAND, MD 21502
RFOS/COR Point of Contact
Randy Baker
CIV, Operations Division
99th Readiness Division, DPW
Phone: 910-598-7571
Mobile: 814-241-3029
Email: randy.a.baker.civ@army.mil
4. This requirement is being solicited utilizing the procedures set forth in FAR Part 12, Acquisition
of Commercial Products and Commercial Services. The Government intends to award a single,
firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month
base period and four (4) 12-month option periods from the date of contract award.
5. The Offeror must be registered in the System for Award Management (SAM) in order to be
eligible to receive a Department of Defense contract award, in accordance with FAR 52.204-7,
System for Award Management, and DFARS 252.204-7004, Antiterrorism Awareness Training for
Contractors (if applicable based on base access requirements). If you need to register in SAM, go
to https://www.sam.gov.
6. See FAR Provision 52.212-1, Instructions to Offerors - Commercial Products and Commercial
Services, and the associated Addendum for additional information and submission instructions.
7. See FAR Provision 52.212-2, Evaluation - Commercial Products and Commercial Services, and
the associated Addendum for evaluation criteria. Award will be made to the lowest-priced,
responsible small business offeror found to be fair and reasonable.
8. See FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Products and
Commercial Services, and the associated Addendum for additional information regarding contract
terms and conditions.
9. A site visit is not mandatory but is highly recommended in accordance with FAR 52.237-1, Site
Visit. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Offerors are urged and expected to inspect the site where services are to be performed and to
satisfy themselves regarding all general and local conditions that may affect the cost of contract
performance, to the extent that the information is reasonably obtainable. In no event shall failure to
inspect the site constitute grounds for a claim after contract award.
Offerors requesting a site visit shall provide a list of attendees to include the company name,
visitors' names, driver's license numbers and state of issue, and vehicle information (make/model
/license plate number). Visitors must have a valid driver's license or state-issued ID and proof of
auto insurance for entry.
All requests to attend the site visit shall be submitted via e-mail to the following:
The POC will be my AFOS:
Mr. Shane Fabian
shane.e.fabian.ctr@army.mil
(724) 689-7893
Site Visit dates:
5 May 2026 at 10:00AM EST
7 May 2026 at 10:00AM EST
Site Visit Location: Alleghany County Memorial USARC, 14418 MCMULLEN HWY,
CUMBERLAND, MD 21502
If you cannot reach the POC for a site visit please contact both Nelia Shyshak, Contract Specialist
at nelia.shyshak.civ@army.mil, Edward Sherwood, Contracting Officer at edward.l.sherwood4.
civ@army.mil. All notifications to attend a visit shall be submitted via e-mail at least 24 hours prior
to the scheduled Site visit.
10. Attachments:
Attachment 1: Performance Work Statement (PWS)
Attachment 2: Site Map
Attachment 3: Wage Determination 2015-4289 rev 32 d. 12.3.2025
11. Contract Clauses. The provisions and clauses herein, in effect through Federal Acquisition
Circular 2024-03 and as amended by the class deviation issued under DARS Tracking Number
2026-O0038 (February 1, 2026), are incorporated by reference or in full text. It is the responsibility
of the contractor to be familiar with the referenced clauses. The full text of FAR and DFARS
clauses may be accessed electronically at https://www.acquisition.gov/.
12. Quote Submission & Evaluation
Quote Submission Deadline: All quotes must be received no later than May 15, 2026 at 2:00 PM
Eastern Time.
Submission Method: Quotes must be submitted electronically via email to nelia.shyshak.civ@army.
mil and/or edward.l.sherwood4.civ@army.mil. The subject line must reference the solicitation
number W15QKN-26-Q-A033. Facsimile or hard-copy submissions will not be accepted.
Submission Requirements: In accordance with FAR 52.212-1, offerors are to submit a signed and
dated quote that includes:
1. A completed Schedule of Services & Prices.
2. Acknowledgement of all solicitation amendments (if any).
3. Company name, address, CAGE code, and Unique Entity ID.
4. A technical statement confirming the offeror's ability to meet all requirements of the
Performance Work Statement (PWS).
Representations and Certifications: Offerors must have a completed and active registration in the
System for Award Management (SAM.gov) and ensure that the representations and certifications
at FAR 52.212-3 are current.
Basis for Award: The Government will award a Firm-Fixed-Price contract to the responsible small
business whose quote is conforming to the solicitation and is determined to be the lowest priced,
technically acceptable offer. Technical acceptability is defined as an offeror's quote demonstrating
a clear ability to perform the work described in the PWS.
*** END OF NARRATIVE ***
Nelia Shyshak
Edward Sherwood
DEPT OF DEFENSE
DEPT OF THE ARMY
AMC
ACC
ACC-CTRS
ACC-NJ
W6QK ACC-PICA
W6QK ACC-PICA
KO CONTRACTING OFFICE
BUILDING 10 PHIPPS RD
PICATINNY ARSENAL, NJ, 07806-5000
NAICS
Other Services to Buildings and Dwellings
PSC
HOUSEKEEPING- SNOW REMOVAL/SALT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)