Snow and Ice Removal Services in Bellefonte, PA in support of the 99th Readiness Division
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 US Army Contracting Command - New Jersey, in support of the 99th Readiness Division, is conducting a Sources Sought to identify capable parties for Snow and Ice Removal Services at the Bellefonte United States Army Reserve Center (USARC) in Bellefonte, PA. This market research aims to determine potential small business participation for a future competitive procurement. Responses are due by January 26, 2026, at 10:00 AM EST.
Scope of Work
The contractor will provide comprehensive snow and ice removal services for all paved areas, sidewalks, landings, entrance ramps, driveways, and parking lots at the Bellefonte USARC. This includes plowing, sanding, salting, and de-icing. Specific areas to be cleared include catch basins, hydrants, dumpsters, monitoring wells, and HVAC units. Snow removal from parking lots must not reduce available parking by more than 10%, and snowbanks at entrances/exits must be managed. A detailed Snow Removal Site Map (PA163) visually defines areas for plowing (57,465 SF) and shoveling (5,895 SF).
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Duration: Base year + four 12-month option periods
- Set-Aside: Market research will determine if this requirement will be set-aside for Small Businesses (including Total Small Business, Small Disadvantaged, Women-Owned, HUBZone, or Service-Disabled Veteran-Owned Small Business Concerns) or procured through full and open competition. The NAICS code is 561790 (Other Services to Buildings and Dwellings) with a $9M size standard.
- Response Due: January 26, 2026, 10:00 AM EST
- Published: January 20, 2026
Submission Requirements
Interested organizations must submit a capabilities statement (max 10 pages, Times New Roman 10pt) addressing:
- Past performance on similar requirements.
- Ability to manage tasks of this nature and subcontractor teams.
- Specific technical skills.
- Ability to perform at least 50% of the work for Small Business Set-Asides (FAR 52.219-14).
- Current business size status (Small, Small Disadvantaged, Women-Owned, HUBZone, Service-Disabled Veteran-Owned) and company profile (CAGE, DUNS, SAM Unique Identity). Submissions must be emailed to Tyler Behr (tyler.e.behr2.civ@army.mil) in Microsoft Word or PDF format.
Performance Standards & Special Requirements
Services must adhere to the PWS and Army Regulation 420-1, with a 98% performance threshold and no more than one valid customer complaint per month. The contractor is responsible for quality control, and the Government will use a Quality Assurance Surveillance Plan (QASP). Invoices require "before and after" time-stamped pictures. The Service Contract Act applies. Contractors must provide all resources, notify the COR/RFOS within two hours of notification, maintain communication, and comply with security, OSHA, and hazardous material regulations.