SNOW REMOVAL AT THE WSR-88D IN HODGDON, ME
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 National Oceanic and Atmospheric Administration (NOAA), through the Department of Commerce, is seeking proposals for Snow Removal Services at the National Weather Service WSR-88D Radar Site in Hodgdon, Maine. This is a combined synopsis/solicitation (RFQ) for a firm-fixed-price purchase order. The acquisition is a Total Small Business Set-Aside.
Scope of Work
The requirement is for non-personal services to provide all labor, equipment, and materials for snow removal. This includes plowing, salting, and sanding the access road and parking area (approximately 2200 sq ft). Plowing is required when snowfall accumulates 4 inches or more, ensuring the area is kept clear of drifting. Salting and sanding will be performed as requested by the Government Point of Contact. Contractors must comply with all applicable state and federal laws, including OSHA regulations. Areas to be plowed must be marked with high visibility markers before the snowfall season.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order
- Period of Performance: A base year from the Date of Award (anticipated early March 2026) through February 28, 2027, plus four one-year option periods extending through February 28, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 561730 (Snow Removal/Salt Service), with a small business size standard of $9.5M.
- Incumbent Information: The previous contract was awarded to E&P Properties and Investments for an aggregate of $23,556.36 over 5 years. Offerors are advised to thoroughly review the current Statement of Work.
Submission & Evaluation
Offers will be evaluated based on Technical Acceptability/Capability (Pass/Fail), Past Performance, and Price. The Government intends to award a single firm-fixed-price purchase order to the responsible offeror whose quote is technically acceptable and offers the lowest price.
- Technical Acceptability: Quotes must include a statement demonstrating capability, relevant experience within the past two years, and understanding of the requirement, without reiterating the SOW.
- Past Performance: Evaluated based on successful performance, quality, timeliness, cost management, communication, and customer satisfaction, using various sources.
- Pricing: Monthly and annual pricing is required for each base and option year, submitted on the attached SF18 form or company letterhead.
Key Dates & Contacts
- Questions Due: Thursday, February 26, 2026, via email to kerri.coffey@noaa.gov.
- Quotes Due: Monday, March 2, 2026, by 10:00 AM MST.
- Submission Method: Email PDF or Microsoft Word format quotes, including signed SF 18 and SF 30(s), to kerri.coffey@noaa.gov. Offerors are responsible for confirming receipt.
- Contracting Officer: Kerri Coffey (kerri.coffey@noaa.gov, 303-578-6861).
- Site Visit Contact: William Desjardins (207-492-0180 x228, William.Desjardins@noaa.gov).
Additional Notes
A site visit is highly recommended but not required; failure to inspect the site will not be grounds for a claim after award. Offerors must have an active registration in SAM.gov and provide their UEID/CAGE CODE. The Department of Commerce will utilize FedConnect® for contract administration.