Snow Removal Services at Coast Guard Academy
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 U.S. Coast Guard (USCG), under the Department of Homeland Security, is conducting market research via a Sources Sought notice for Snow Removal Services at the U.S. Coast Guard Academy (USCGA) in New London, CT. This notice aims to identify capable vendors and inform the acquisition strategy, including potential set-asides. The procurement is subject to the Randolph-Sheppard Act, which establishes a priority for blind persons represented by State Licensing Agencies (SLAs).
Scope of Work
The requirement is for comprehensive snow plowing and salting services for all paved surfaces, including roads, driveways, parking lots, and the Cadet Memorial Field, at both the USCGA and the U.S. Coast Guard Child Development Center (CDC). Services include:
- Mobilization and continuous clearing during precipitation/icing.
- Full clearing and treatment of all areas within 12 hours after precipitation ceases.
- Specific care for the Cadet Memorial Field, requiring rubber-edged blades and leaving approximately 1/2 inch of snow.
- As-needed snow hauling when on-site storage is exceeded.
Performance Standards
Key performance standards include:
- Response Time: Contractor must be available 24/7 and respond to mobilization calls within one hour.
- Clearing Times: CDC parking lot cleared one hour before opening (by 6:30 AM), Deshon Avenue Gate roadway 15 minutes before opening.
- Personnel: Requires a Project Manager (24/7 availability, 2-hour response for technical issues) and an On-Site Supervisor.
- Contractor Responsibility: Prime Contractor must perform at least 60% of the work with owned/controlled equipment and personnel.
- Government Furnished: Road salt will be provided by the Government.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Period of Performance: One base year (September 1, 2026 - August 31, 2027) with four one-year option periods.
- Set-Aside: Subject to Randolph-Sheppard Act priority.
- Response Due: February 18, 2026, 5:00 PM EST.
- Published: February 2, 2026.
Submission Requirements
Interested vendors are requested to submit:
- Rough Order of Magnitude (ROM) Cost Estimate: Non-binding, high-level estimate with assumptions, cost drivers, risks, and efficiencies.
- Company Capability Statement:
- Company name, UEI, CAGE code, and business size classification.
- Summary of relevant experience and capabilities.
- List of recent, relevant contracts (within 3-5 years) including details like contract number, period, scope, customer, contact, value, and performance quality.
- Applicable certifications or qualifications.
Additional Notes
This is not a solicitation and does not guarantee a future contract. Responses will inform the Government's acquisition strategy.