Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2025 SAM #8777
SOLICITATION NOTICE

38 -- 3 SNOWPLOWS WITH FLEXIBLE BLADES

Notice Date
12/5/2025 9:18:30 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333120 — Construction Machinery Manufacturing
 
Contracting Office
FA6606 439 CONF PK WESTOVER AFB MA 01022-1508 USA
 
ZIP Code
01022-1508
 
Solicitation Number
FA660626Q0002
 
Response Due
1/9/2026 9:00:00 AM
 
Archive Date
01/24/2026
 
Point of Contact
Rosalie M. Connelly, KYLE KALAGHER
 
E-Mail Address
rosalie.connelly.1@us.af.mil, KYLE.KALAGHER.1@US.AF.MIL
(rosalie.connelly.1@us.af.mil, KYLE.KALAGHER.1@US.AF.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number FA660626Q0002, is hereby issued as a Request for Quotes (RFQ) for 3 SNOWPLOWS WITH FLEXIBLE BLADES. A contract will be issued without discussions as a Firm-Fixed Price (FFP) award utilizing FAR Part 13, Simplified Acquisition Procedures. (iii) This solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2025-06 and the Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice 20251110, and Defense Air Force Federal Acquisition Regulation Supplement 20241016. It is the contractor's responsibility to become familiar with applicable provisions and clauses by visiting https://www.acquisition.gov/. (iv) This solicitation is a 100% small business set aside and is restricted to small businesses only in accordance with FAR 19.502-2(b). The North American Industry Classification System Code (NAICS) is 333120 �CONSTRUCTION MACHINERY MANUFACTURING; Small Business Size Standard is 1250 employees. (v) For Price and Technical Acceptability, the Vendor MUST provide: a. Unit & total price per CLIN as outlined in the attachment ""Solicitation CLIN Schedule Snowplows"" b. Complete Snowplow descriptions (can include picture) In Accordance �Salient Features Snowplows with Segmented Flexible Blades� (attached) c. Warranty description including duration and coverage. (vi) Description of Requirement: The vendor will provide proposed pricing for three fluid-edged snowplows that meet the following specifications: � Segmented Flexible Blade: Essential for reducing snow build-up, improving clearing efficiency, and minimizing surface damage. � Steel Cutting Edges: Ensures durability and longevity, withstanding harsh winter conditions and abrasive materials. � Sized for Specific Machines: Two 10-12ft plows for Volvo L50 & JCB 416 HT, and one 18ft plow for Volvo 110, maximizing compatibility and performance. � Optimal Dimensions: 42 -44-inch plow height for effective snow removal across varying snow depths. � Quick Coupler Compatibility: Seamless integration with existing machinery for rapid attachment and detachment. � Wide Angle Operation: 35-degree angling in each direction with crossover relief for versatile maneuvering and obstacle avoidance. � Heavy-Duty Spring Trip Edges: Protects the plow and equipment from damage when encountering hidden obstacles. � Nitrated Rod Angle Cylinders: Enhanced corrosion resistance and durability for long-lasting performance in demanding environments. (vii) Acceptance and Delivery is FOB destination: 439 CE/CER, 250 Patriot Avenue, Westover ARB, MA 01022-1537 United States (viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Quotes must include the following information: Pricing, Company Name & Address, Point of Contact, Telephone, Email, Cage Code, UEI Number, and Business Size. Unless already completed on SAM.gov as part of annual certifications, vendors MUST certify provision 52.204-24 and 52.204-26 by completing the attached PDF titled, �FA660626Q0002 Clause Set� and submitting it with their Quote. Vendor Solicitation amendments, if any, need to be acknowledged. (ix) Provision 52.212-2, Evaluation-Commercial Items, applies to this acquisition. This requirement will be awarded on the basis of Lowest Price Technically Acceptable (LPTA). Price - Total evaluated price will be used and will be calculated by determining the sum of CLINS 0001 and 0002. Technical Acceptability - Quotes will be evaluated on an acceptable or unacceptable basis. To receive an acceptable rating, vendors MUST provide detailed information regarding warranties for each item, including duration and coverage. Failure to provide warranty information may result in disqualification. (x) Unless already completed on SAM.gov as part of annual certifications, Vendors MUST certify provision 52.212-3 - Offeror Representations and Certifications-Commercial Items by filling in the appropriate fields in attached PDF titled, �FA660626Q0002 Clause Set� and submitting with your Quote. (xi) Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) IAW FAR 52.204-16, prospective awardees shall have an active Cage Code prior to award of a government contract. To register for a Cage Code and to complete Online Representations and Certifications, go to the System for Award Management (SAM) at https://www.sam.gov/SAM/. All vendors interested and capable of obtaining contract award must be registered with the Wide Area Work Flow (WAWF) located at https://piee.eb.mil/piee-landing/. Vendors are required to create and submit invoices electronically through WAWF and receive payment via electronic funds transfer (EFT) for supplies or services rendered. (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable to this acquisition. (xv) Quotes must be submitted via email no later than (NLT) 12:00 PM EST Friday 09 January 2026 to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil with ""Solicitation FA660626Q0002 "" in the subject line. Requests for Information (RFI) concerning this requirement must be submitted in writing to the email list above no later than 12:00 PM EST Monday 05 January 2026. (xvi) Questions concerning this solicitation should be directed to rosalie.connelly.1@us.af.mil & kyle.kalagher.1@us.af.mil. Ensure to include the solicitation number �FA660626Q0002� in the subject line. (xvii) Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fb860ca0e1084303acf90bd5fc8933bc/view)
 
Place of Performance
Address: Chicopee, MA, USA
Country: USA
 
Record
SN07658784-F 20251207/251205230032 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.