MD021 Rockville - Snow and Ice Removal Services FY26
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 Army Contracting Command - New Jersey (ACC-NJ), on behalf of the 99th Readiness Division DPW, is soliciting proposals for Snow and Ice Removal Services at the Maus-Warfield USARC (MD021), 1850 Baltimore Road, Rockville, MD 20851. This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity. The contract will be a single, Firm-Fixed-Price (FFP) agreement. Proposals are due by March 17, 2026, at 10:00 AM local time.
Scope of Work
The requirement is to provide a clean workplace free of snow and ice. This includes furnishing all personnel, supplies, supervision, tools, materials, equipment, transportation, fuel, and non-personal services necessary for snow removal. Services encompass plowing, sanding, salting, and ice removal for various snow depths (3"-6", 6"-10", 10"-14", 14+") and sidewalk clearing. Specific tasks involve clearing paved areas, sidewalks, landings, entrance ramps, catch basins, hydrants, dumpsters, HVAC units, and sand barrels, as detailed in the Performance Work Statement (PWS) and the provided site map. Services are performed on an "on-call" basis, requiring commencement within two hours of notification. Contractors must provide "before and after" time-stamped pictures for invoice approval and comply with all federal, state, and local regulations, environmental specifications, and security requirements.
Contract Details
- Type: Single, Firm-Fixed-Price (FFP) contract. Task Orders will be issued annually.
- Period of Performance: A 12-month base period and four (4) 12-month option periods.
- Set-Aside: 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
- NAICS Code: 561790, with a size standard of $9,000,000.00.
- Place of Performance: Maus-Warfield USARC, 1850 Baltimore Road, Rockville, MD 20851.
- Wage Determination: Wage Determination 2015-4269, Revision 31 (dated 12/03/2025) applies, specifying minimum wage rates and fringe benefits for Frederick and Montgomery Counties, MD.
Submission & Evaluation
- Solicitation Issue Date: March 10, 2026.
- Offer Due Date: March 17, 2026, at 10:00 AM local time.
- Submission Method: Proposals must be submitted via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module.
- Evaluation: Award will be made to the lowest-priced, responsible Service-Disabled Veteran-Owned Small Business (SDVOSB) offeror found to be fair and reasonable.
- Offer Validity: All offers shall remain valid for 120 calendar days.
- Eligibility: Offerors must be registered in the System for Award Management (SAM).
Important Notes
- A site visit is highly recommended. Dates: March 11, 2026, and March 12, 2026, both at 10:30 AM. Specific attendee and vehicle information is required 24 hours prior.
- All questions regarding the solicitation must be submitted via email by March 13, 2026, at 1700 EST.
- Contractor employees must complete AT Level 1 and OPSEC training.
- An onsite representative is required during services.
- Monthly invoices with completed inspection checklists are required for payment.
- Contact Primary: Michael Romano (michael.romano2.civ@army.mil, 5206876021).