LRS Snow Removal Equipment Maintenance
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 Department of the Air Force, 509 CONS CC, at Whiteman Air Force Base, MO, is soliciting quotes for LRS Snow Removal Equipment Maintenance. This is a 100% Small Business Set-Aside combined synopsis/solicitation (RFQ) for a Firm Fixed-Price contract. The requirement involves performing wet audits, inspections, and annual services on 15 MB Broom and Oshkosh snow removal equipment. Quotes are due by April 15, 2026, at 10:00 AM CST.
Scope of Work
The contractor will provide comprehensive maintenance services for 15 snow removal equipment units assigned to the 509th Logistics Readiness Squadron Vehicle Management flight. This includes:
- Visual and functional inspections of critical vehicle systems (engine, transmission, hydraulic, cooling, brakes, etc.) and broom/blower attachments.
- Providing a parts list with costs for identified deficiencies.
- Taking fluid samples for analysis.
- Performing annual service, including changing fluids and filters, and lubricating chassis components.
- Completing a full inspection and systems function check. All services must meet quality assurance standards, and deficiencies must be corrected. The work is to be completed by August 1, 2026, at the Vehicle Maintenance facilities, Building 136, Whiteman AFB, MO.
Contract Details
- Contract Type: Firm Fixed-Price.
- Solicitation Number: FA462526Q1070.
- Set-Aside: 100% Small Business.
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance), with a size standard of $12.5M.
- Quotes must remain valid for 90 days.
- No contract financing will be provided; invoices will be processed via Wide Area Work Flow (WAWF).
Submission & Evaluation
- Quotes Due: April 15, 2026, at 10:00 AM CST.
- Submission Method: Email quotes to reid.richardson@us.af.mil and james.bohnenstingel@us.af.mil. Do not use file compression (.zip) for attachments.
- Required Submission Information: Company Name, Point of Contact, Phone Number, UEI Number, CAGE Code, Quote Expiration Date, and Pricing Information (utilizing the provided Bid Schedule).
- Evaluation: Award will be based on best value, considering technical capabilities (evaluated as Acceptable or Unacceptable) and price. The Government reserves the right to not award if pricing is deemed unreasonable or unbalanced.
- Simplified Acquisition Procedures will be used. Discussions are not anticipated but may be conducted if deemed in the Government's best interest.
- All companies must be registered in SAM.gov to be considered for award.
Important Notes
- No site visit will be offered.
- Offerors are responsible for ensuring timely receipt of quotes; Whiteman AFB network firewalls may cause delays, and late quotes will not be considered.
- The contractor is responsible for all costs related to parts, freight, travel, and lodging, and must comply with base access and safety regulations.
- Review Attachments including the Performance Work Statement (PWS), SCA Wage Determination, Provisions and Clauses (which detail CMMC and WAWF requirements), Bid Schedule, and the list of MB Oshkosh Equipment Serial Numbers.