Snow Services Multi-Site Locations in WI
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.
The performance period is 1- November-2019 (or subsequent date) to 31- October-2020 with four (4) one year option periods and a six (6) month option to extend services.
Written questions must be furnished to the Government no later than 29 July 2019 @ 2:00 pm Central time; in order to ensure a timely response is provided but the solicitation closing date.
***A site visit will be held Wednesday, July 24, 2019 at 9AM Central Time for the Neenah, WI location.
FACILITY WI040
NEENAH ARC
1030 ROCK LEDGE LN
NEENAH, WI 54956
***A site visit will be held Wednesday, July 24, 2019 at 11AM Central Time for the Appleton, WI location.
FACILITY WI001
APPLETON ARC/OMS
1824 BALLARD RD
APPLETON, WI. 54911-2446
***A site visit will be held Wednesday, July 24, 2019 at 1PM Central Time for the Green Bay, WI location.
FACILITY WI002
DENIS J. MURPHY ARC/AMSA #140
2929 HOLMGREN WAY
GREEN BAY, WI. 54304-5735,
***A site visit will be held Thursday, July 25, 2019 at 9:00AM Central Time for the Manitowoc, WI location.
FACILITY WI039
ANDREW MILLER ARC/OMS
3125 10TH ST.
MANITOWOC, WI. 54220-6958
***A site visit will be held Thursday, July 25, 2019 at 10:30AM Central Time for the Sheboygan, WI location.
FACILITY WI049
WILLIAM F FALE ARC/OMS
2913 ERIE AVE.
SHEBOYGAN, WI. 53081-3655
Telephone, written or electronic request for hard copies of the solicitation documentation will be discouraged. Vendors interested in this solicitation should access www.fbo.gov for issuance of the solicitation, associated documents and solicitation amendments. Vendors will not be directly notified of solicitation amendments.
This procurement is Set-Aside as Service Disabled Veteran Owned Small Business under NAICS Code 561790 with a size standard of $7.5 Million.