Skip to main content

An official website of the United States government

You have 2 new alerts

Snow and Ice Removal Services in Support of U.S. Army Reserve Center in Brookville, PA

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: Aug 23, 2024 03:20 pm EDT
  • Original Published Date: Jul 25, 2024 04:30 pm EDT
  • Updated Date Offers Due: Aug 30, 2024 04:00 pm EDT
  • Original Date Offers Due: Aug 19, 2024 01:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 14, 2024
  • Original Inactive Date: Sep 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: S218 - HOUSEKEEPING- SNOW REMOVAL/SALT
  • NAICS Code:
    • 561790 - Other Services to Buildings and Dwellings
  • Place of Performance:
    Brookville , PA 15825
    USA

Description

RFQ W15QKN-24-Q-5012 Amendment 0002 Issued and Released 8/23/2024 and the SF 30 Attached. 

 ***The RFQ required response date/time has changed from 23-Aug-2024 4:00 PM to 30-Aug-2024 04:00 PM. All Other Terms and Conditions of RFQ W15QKN-24-Q-5012 Remain Unchanged and in Full Effect. 

//////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////

RFQ W15QKN-24-Q-5012 Amendment 0001 Issued and Released 8/19/2024 and the SF 30 Attached. 

 ***The RFQ required response date/time has changed from 19-Aug-2024 01:00 PM to 23-Aug-2024 04:00 PM. All Other Terms and Conditions of RFQ W15QKN-24-Q-5012 Remain Unchanged and in Full Effect. 

///////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////////

See attached Solicitation document for detailed information on the requirement, along with the corresponding attachments.

Attachment 0001 - PWS-Snow Removal-FY24-Version 1-No CMR
Attachment 0002 - PA011_SNOWREMOVALMAP_FEB2022
Attachment 0003 - SCA Wage Determination 2015-4249 - Rev 26 - Dated 10 April 2024

** Completing a Quote for Submittal:
(a) Quotes are due no later than the date and time listed in Standard Form (SF) 1449, Block 8 and shall be
submitted via email to BOTH: Nancy Zeng, Contract Specialist at nancy.m.zeng.civ@army.mil , and
Amber Mears, Contracting Officer at amber.l.mears.civ@army.mil. Updates to this solicitation will be
posted on the SAM website (www.sam.gov/). Local time for this requirement is EST. No other forms of delivery
proposal will be accepted or reviewed by the Government other than those delivered by means expressed in
Solicitation W15QKN-24-Q-5012 (SUCH AS E-MAIL DELIVERY ONLY.)

(b) Offeror(s) shall provide with their offer, the name, title, address, email address and telephone number of the
company/division point of contact regarding business decisions made with respect to the proposal and who can
contractually obligate the company.

(c) Offeror(s) shall submit a signed Standard Form (SF) 1449 (Blocks 30a and 30b).

(d) Offeror(s) shall provide a price for all FFP Contract Line Item Number (CLIN) for the base period and option
periods on the SF 1449 Continuation Sheets of the solicitation.

(e) Pricing for each CLIN shall be submitted in the proper format. The proper format consists of QUANTITY times
(x) UNIT PRICE equals (=) AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the
UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the
AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided (/) by the
QUANTITY will be held to be the intended price.

(f) Offerors shall submit with their offer, their valid Certificate of Insurance, as prime contractor, in accordance with
the requirements and applicable insurance amounts set forth within the solicitation at FAR clause 52.228-5,
“Insurance – Work on a Government Installation,” and “Insurance Requirements.”

(g) Offerors shall provide their UEID Number, CAGE Code, Federal Tax Identification Number and any small
business preference or socioeconomic designations (8a Certified, HUBZone Certified, WOSB, etc.) that are
applicable to this NAICS Code stated at Block 10 of this SF 1449.

(h) Offeror shall complete all “fill-ins” in provisions and clauses that apply and include with submission response to
this solicitation.

(i) Failure to provide any applicable information required by this solicitation may result in the Offeror being
deemed non-responsive and ineligible for award.

Contact Information

Contracting Office Address

  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA

Primary Point of Contact

Secondary Point of Contact

History