Baldwin-White Cloud Snowplow in the Huron Manistee National Forest

SOL #: 12444526Q0002Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA-FS, CSA EAST 6
Atlanta, GA, 303092449, United States

Place of Performance

Baldwin, MI

NAICS

Other Services to Buildings and Dwellings (561790)

PSC

Snow Removal/Salt Service (Also Spreading Aggregate Or Other Snow Melting Material) (S218)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Dec 18, 2025
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 13, 2026, 9:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The USDA Forest Service, CSA EAST 6, is soliciting proposals for Snowplow and Salt Services for the Huron-Manistee National Forest Baldwin-White Cloud Ranger District office in Baldwin, MI. This is a Total Small Business Set-Aside opportunity to ensure accessibility and safety during winter months. Offers are due by February 9, 2026, at 4:00 PM Eastern.

Scope of Work

The contractor will provide comprehensive snow removal and salting services for parking areas and driveways at the Baldwin/White Cloud Ranger Station. Key requirements include:

  • Snow Plowing: Triggered by 3 inches or more of new snow on weekdays (M-F), with services completed before 6 AM. Weekend/overnight snow may be plowed Sunday evening if no additional snow is expected. Coordination with the Contracting Officer's Representative (COR) is required if the Forest Service clears snow.
  • Salting: Application of deicing chemical (salt) at a rate of 120 pounds per 1000 sqft when temperatures are above 20°F and conditions necessitate it for safety. Materials and equipment must be available within 24 hours of a COR request.
  • Frequency: Services are anticipated approximately 20 times per season.
  • Responsibility: The contractor is responsible for any damage to site improvements or government property.
  • Tracking: Work performed must be reported to the COR via text or email within 24 hours. Two or more missed occurrences will be considered unsatisfactory performance.
  • Snow Storage: Locations for snow storage will be coordinated with the COR and are depicted on the Exhibit A - Site Map.

Contract Details

  • Type: Solicitation (anticipated Requirements contract, firm fixed price).
  • NAICS Code: 561790 (Snow Removal/Salt Service).
  • Period of Performance: A one-year base period from February 12, 2026, to February 11, 2027, followed by four one-year option periods, extending the total contract duration through February 11, 2031.
  • Service Contract Act (SCA): This contract is subject to the SCA, and bidders must adhere to the minimum wage rates and fringe benefits outlined in Attachment C - Wage Determination.

Submission & Evaluation

  • Offer Due Date: February 9, 2026, 4:00 PM Eastern.
  • Questions Due Date: February 13, 2026, 4:00 PM Eastern.
  • Submission Method: Offers must be emailed to Lawrence Jackson at lawrence.jackson@usda.gov. Submissions must include four separate attachments: Price Proposal, Technical Specifications, Past Performance, and Representations and Certifications.
  • Evaluation Criteria: Award will be made based on the Lowest Price Technically Acceptable (LPTA) methodology. Evaluation factors include:
    • Price: Based on pricing provided in Attachment B – Schedule of Items.
    • Technical Acceptability: Offerors must demonstrate a thorough understanding and provide a detailed explanation of how services will be accomplished.
    • Past Performance: Evaluated as Acceptable, Neutral, or Unacceptable.
  • Eligibility: Offerors must be small business concerns and have an active entity registration in SAM.gov.

Contact Information

Important Notes

  • A site visit is recommended (FAR 52.237-1).
  • Invoices must be submitted electronically via the Invoice Processing Platform (IPP.gov).

People

Points of Contact

Lawrence JacksonPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Feb 3, 2026
View
Version 4
Solicitation
Posted: Jan 31, 2026
View
Version 3
Solicitation
Posted: Jan 30, 2026
View
Version 2Viewing
Solicitation
Posted: Jan 30, 2026
Version 1
Solicitation
Posted: Dec 18, 2025
View