UWCNF SO SLC RD
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 United States Department of Agriculture (USDA), Forest Service (FS), Intermountain Region, is soliciting proposals for Snow Removal Services at the UWC NF Supervisors Office (South Jordan, UT) and Salt Lake City Ranger District (Salt Lake City, UT). This is a Total Small Business Set-Aside. Offers are due by May 07, 2026.
Purpose & Scope
The Forest Service requires a contractor to furnish all equipment, supplies, labor, transportation, and supervision necessary to perform snow removal services at two occupied Forest Service properties in Utah. This includes plowing, de-icing, and clearing snow from approximately 30,000 sq ft of parking lot and 2,000 sq ft of sidewalks/pathways at the Supervisors Office, and 24,000 sq ft of parking lot and 1,800 sq ft of sidewalks/pathways at the Salt Lake Ranger District. Services are required when accumulation exceeds three inches, with overnight snow events requiring clearance by 6:30 A.M.
Contract Details
This acquisition anticipates the award of a firm-fixed-price requirements contract. The contract period will consist of one (1) one-year base period and four (4) one-year option periods, for a total duration not to exceed five (5) years and six (6) months. The period of performance is anticipated to begin on September 1, 2026, and extend through August 31, 2031, if all options are exercised. The applicable NAICS Code is 561730 (Landscaping/Groundskeeping Services) with a small business size standard of $9.5 Million.
Submission & Evaluation
Offers are due by May 07, 2026, at 02:00 PM Mountain Time, and questions must be submitted by May 13, 2026, at 14:00 PM Mountain Time. All submissions and questions should be sent via email to andrea.marks-cash@usda.gov. Award will be made to the offeror representing the best value to the Government, based on the highest technically rated quotation with fair and reasonable pricing and acceptable or neutral past performance. Evaluation will consider technical approach, past performance, and price. Offerors must submit pricing for all items in the "Attachment 6 Schedule of Items" to be considered responsive and agree to hold prices firm for 90 calendar days.
Key Requirements & Attachments
Bidders must comply with the mandatory purchase and use of bio-based products (e.g., cleaners, lubricants). The Statement of Work (SOW) details specific performance requirements, including response times and snow storage. A Quality Assurance Surveillance Plan (QASP) outlines how contractor performance will be monitored, emphasizing periodic visual inspections and customer feedback. A Wage Determination (Attachment 07) specifies minimum wage rates and fringe benefits for various occupations in Salt Lake and Tooele Counties, Utah, which bidders must adhere to. Offerors are also required to complete a Past Performance Data Sheet (Attachment 08) for relevant projects.