Snow Removal - Selfridge ANGB, MI
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 Homeland Security (DHS), Customs and Border Protection (CBP), is soliciting quotes for Snow Removal Services at Selfridge Air National Guard Base (ANGB), Michigan. This is a combined synopsis/solicitation issued as a Request for Quotes (RFQ) for a Firm Fixed-Price Purchase Order. The procurement is 100% set aside for small businesses.
Scope of Work
The contractor will provide comprehensive snow and ice removal services for the Great Lakes Air & Marine Branch and Selfridge Border Patrol Sector Headquarters. Key requirements include:
- Plowing, removal of snow and ice, salting, and sanding to ensure bare pavement and eliminate hazardous conditions.
- Automatic and immediate response when overnight snow accumulation reaches two (2) inches or more, or as directed by the Government.
- Services must be completed prior to building occupants reporting for work.
- Snow and ice must be removed and hauled off-site when piling space is insufficient or operations/parking are impacted.
- All debris from snow/ice removal must be cleared from landscape areas at the close of the winter season.
- Maintenance of a snow removal log and submission of an annual snow removal plan.
- Personnel entering CBP facilities require pre-screening security checks and background checks.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order (PO)
- Period of Performance: One (1) base year (May 1, 2026 – April 30, 2027) with four (4) one-year option periods, potentially extending through April 30, 2031.
- Pricing Structure: Firm fixed per diem rate for "on-call" services (May 1 - October 31) and a firm fixed monthly price for regular services (November 1 - April 30).
- NAICS Code: 561730 (Small Business Size Standard: $9.5 million)
- Set-Aside: Total Small Business (100%)
Submission Requirements
Quoters must submit the following as four separate attachments within a single email (total size not exceeding 10MB):
- Completed and signed SF 18.
- Technical Capability Statement: Not to exceed four (4) pages, describing abilities to meet SOW requirements.
- Past Performance Form: Summaries for not more than three (3) relevant and recent projects (ongoing or completed within the last three years).
- Price Quote Form: Options pricing should be balanced.
Evaluation Criteria
Award will be made to the offeror providing the best value to the Government, based on a tradeoff analysis considering:
- Technical Capability
- Past Performance
- Price
Key Dates
- Questions (Technical/Site Visit): April 6, 2026, 1:00 p.m. ET (michel.j.desrosiers@cbp.dhs.gov)
- Questions (Contracting): April 13, 2026 (colin.a.colgan@cbp.dhs.gov)
- Quote Submission Deadline: April 15, 2026, 1:00 p.m. ET (colin.a.colgan@cbp.dhs.gov)
Additional Notes
Offerors must review the attached Statement of Work (SOW), Wage Determination, Past Performance Form, and Price Quote Form. Registration in the System for Award Management (SAM) is required.