SOLICITATION NOTICE
S -- Snow Hauling Services
- Notice Date
- 9/17/2025 11:27:31 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- FA4600 55 CONS PKP OFFUTT AFB NE 68113 USA
- ZIP Code
- 68113
- Solicitation Number
- FA460025Q0077
- Response Due
- 9/22/2025 8:00:00 AM
- Archive Date
- 10/07/2025
- Point of Contact
- TSgt Jennifer Prestridge, Phone: 402-294-6393, Casey Hupton, Phone: 4022321475
- E-Mail Address
-
jennifer.prestridge.1@us.af.mil, casey.hupton.1@us.af.mil
(jennifer.prestridge.1@us.af.mil, casey.hupton.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amendment 0001 - The purpose of this amendment is to attach the final question and answer document. The contractor shall provide all management, vehicles, tools, supplies, equipment, and labor necessary to ensure that snow hauling services are performed at Offutt AFB, NE (OAFB) in a manner that will maintain a satisfactory and safe environment, and per the following instructions: 1. The contractor shall provide a total of five (5), commercially licensed drivers and five (5) commercial dump trucks (with truck minimum requirements stated in Paragraph four (4) for snow hauling services, when requested by the Contracting Officer (CO), or designee, including the Contracting Officer�s Representative (COR), or other government employee. 2. All contractor equipment will be equipped with proper safety devices and must be maintained in safe operating conditions for both day and night operation. Before each snow hauling shift, the contractor�s equipment will be inspected by the shift supervisor for brakes, lights and Liability Insurance of each vehicle. 3. Purchases (referred to as calls) made hereunder may be written or oral with a 12-hour notification prior to snow hauling operations begin. Price/quote given to the CO shall not reflect a different rate for day or night shift, all calls will be made for five (5) dump trucks/drivers for a total of one (1) twelve (12) hour shift each. The rate will be given per each truck/driver. 4. The purchases shall reference this agreement and be numbered in accordance with (IAW) Defense Federal Acquisition Regulation Supplement (DFARS), Part 204, Subpart 204.71, Uniform Contract Line-Item Numbering System. Such purchases shall include a description of supplies or services being ordered; prices, delivery schedule, place of inspection and acceptance, designation of appropriations chargeable together with such other specifics covered elsewhere herein. 5. The contractor shall work with, and alongside, other 55th Civil Engineering Squadron (CES) employees, and together, perform basic snow hauling services to and/or from designated areas on OAFB as directed by the CO, or designee, or government employee from the CES Equipment Operators office, and shown in appendices below. 6. The contractor shall follow all directions of the above individual(s) and know that snow hauling services may occur multiple times daily when snowfall is heavy, or accumulations become excessive. 7. The contractor, and its employees, will not be required to access restricted areas, scoop any snow, or apply any chemicals. Snow will be loaded into contractor�s trucks by the CES Equipment Operators/government employees and then hauled to the designated area(s). 8. Supplies or services will be identified on individual calls issued IAW paragraphs above. Supplies and services purchased under this agreement shall be limited to snow hauling for OAFB per a pre-negotiated price list which will be supplied to the CO prior to award of contract. 9. The contractor is required to maintain compliance with the most current regulatory requirements APPLICABLE LABOR LAWS This solicitation is subject to the Service Contract Labor Standards FAR 52.222-41. SPECIAL INSTRUCTIONS Offerors shall be required to return the attached solicitation, signed, and filled in appropriately, along with any additional information required to be submitted by FAR 52.212-2 Evaluation� Commercial Items Addendum and any additional fill-in provisions. QUESTIONS DUE DATE AND TIME All questions concerning this solicitation shall be sent by 15 September 2025 by 10:00 AM CST. All questions and answers will be available by 18 September 2025 at 02:00PM CST. OFFER DUE DATE AND TIME Monday, 22 September 2025 at 10:00 AM CST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0068a8a9b4294ca589ee925d913a7c93/view)
- Place of Performance
- Address: NE 68113, USA
- Zip Code: 68113
- Country: USA
- Zip Code: 68113
- Record
- SN07594320-F 20250919/250917230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |