Snow and Ice Removal Services in Owings Mills, MD 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 is conducting market research via a Sources Sought notice for Snow and Ice Removal Services at the SSG Isadore S. Jachman United States Army Reserve Center in Owings Mills, MD. This effort supports the 99th Readiness Division. The purpose is to identify qualified firms and determine the appropriate competitive strategy, which may include a Small Business Set-Aside. 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 to ensure a clean and safe environment. This includes clearing paved areas, sidewalks, landings, entrance ramps, catch basins, hydrants, dumpsters, monitoring wells, and HVAC units. Services also cover parking lots, driveways, and immediate ice removal upon notification, along with the application of sand and/or salt. A detailed site map (MD019_SNOWREMOVALMAP) specifies areas for plowing (80,721 SF) and shoveling (7,281 SF).
Contract & Timeline
- Opportunity Type: Sources Sought (Market Research)
- Anticipated Contract Type: Firm-Fixed Price
- Anticipated Duration: Base year plus four 12-month option periods
- NAICS Code: 561790 (Other Services to Buildings and Dwellings) with a Small Business Size Standard of $9M
- Product Service Code: S218 (Snow Removal/Salt Service)
- Response Due: January 26, 2026, 10:00 AM EST
- Published: January 20, 2026
Submission Requirements
Interested parties must submit a capabilities statement, not exceeding ten pages, addressing:
- Organization name, address, email, website, phone, size, and type of ownership.
- Past performance on similar requirements.
- Experience managing tasks of this nature and subcontractors.
- Specific technical skills relevant to the tasks.
- Ability to perform at least 50% of the work if a Small Business Set-Aside is implemented (FAR 52.219-14).
- Current small/large business status, company profile (CAGE, DUNS, SAM Unique Identity).
- Indication of small business status (Small, SDB, WOSB, HUBZone, SDVOSB).
Submissions should be emailed to Contract Specialist Tyler Behr (tyler.e.behr2.civ@army.mil) in Microsoft Word or PDF format.
Evaluation
The Government will evaluate market information to assess industry capacity to provide services consistent with the scope and scale described, and to determine if a Small Business Set-Aside is appropriate. This is for informational purposes only and does not constitute a solicitation or commitment to award a contract.
Special Requirements
This requirement is subject to the Service Contract Act. Services will be non-personal and performed on an "on-call" basis with a two-hour response time. Contractor personnel must be English-speaking, have valid licenses, comply with safety and environmental regulations, and complete AT Level 1, iWATCH, and OPSEC training. Monthly invoices require supporting pictures.