SOLICITATION NOTICE
S -- PA 168 Cranberry - Snow and Ice Removal Services FY26
- Notice Date
- 1/29/2026 12:28:36 PM
- Notice Type
- Solicitation
- NAICS
- 561790
— Other Services to Buildings and Dwellings
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN26QA027
- Response Due
- 2/6/2026 7:00:00 AM
- Archive Date
- 03/30/2026
- Point of Contact
- Michael Romano, Phone: (520) 687-6021, Torrence Trappier
- E-Mail Address
-
michael.romano2.civ@army.mil, torrence.trappier.civ@army.mil
(michael.romano2.civ@army.mil, torrence.trappier.civ@army.mil)
- Small Business Set-Aside
- SDVOSBS SDVOSB Sole Source
- Description
- AMENDMENT 0002 - The purpose of Amendment 0002 is to provide for an extension to the proposal submittal deadline until 06FEB2026 at 1000 EST. There are no other changes at this time. PA 168 Cranberry - Snow and Ice Removal Services FY26 This requirement is being solicited as a 100% Service-Disabled-Veteran-Owned- Small-Business (SDVOSB) set-aside. THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS 1. The Army Contracting Command - New Jersey (ACC-NJ) on behalf of the 99th Readiness Division DPW has a requirement to procure new Snow and Ice Removal Services. The scope of this requirement is provide a clean workplace free of snow and ice by providing all personnel, supplies, supervision, tools, materials, equipment, transportation, fuel and other items and non-personal services necessary to provide Snow Removal Services in accordance with the Performance Work Statement (PWS) at the Cranberry USARC, 9060 Marshall Road Cranberry, PA 16066. 2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four (4) 12-month option periods from date of contract award. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM go to https://www.SAM.gov 4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, Instructions to Offerors - Commercial Services and FAR 52.212-1, Addendum for additional information. 5. Award will be made to the lowest-priced, responsible SDVOSB offeror found to be fair and reasonable. 6. A site visit is not mandatory but is highly recommended. In no event shall failure to inspect the site constitute grounds for a claim after contract award. A Site Visit is available upon request 24 hours prior to the dates listed below. Offerors requesting a site visit shall provide a list of attendees to include the company name, visitors names, drivers license numbers and state of issues, and vehicle information (make/model/license plate number). Visitors must have a drivers license or state issued ID and proof of auto insurance for entry. The site visit dates and times are as follows: Cranberry USARC 9060 Marshall Road Cranberry, PA 16066 SITE VISIT DATES: 26 January 2026 W15QKN26QA027 Page 2 of 112 9:00 AM EST - 12:00 PM EST ALL VENDORS MUST CONTACT THE BELOW POINT OF CONTACT VIA E-MAIL IF THEY PLAN TO ATTEND. PLEASE PROVIDE WHAT DATE YOU WILL BE ATTENDING. Primary Point of Contact Shane Fabian shane.e.fabian.ctr@army.mil (910) 598-7157 Secondary Point of Contact Randy Baker randy.a.baker.civ@army.mil 910.598.7574 7. All questions regarding this solicitation shall be submitted via Email no later than 27 January 2026 at 10:00 EST to the Contract Specialist: Michael Romano Michael.romano2.civ@army.mil and the Contracting Officer: Torrence Trappier at torrence.trappier.civ@army.mil. The questions will be answered all at once and uploaded to the Contract Opportunities website at https://www.sam.gov posting after the question period has ended. 8. The Procurement Integrated Enterprise Environment (PIEE) (https://piee.eb.mil) is the Departments core tool for facilitating full utilization of electronic processing of data and documents in the Procure-to-Pay environment. Within that environment, we developed the Solicitation Module to provide a capability for secure timestamped submission of contractor proposals for DOD contracting offices. The Solicitation Module enables posting of solicitations to a widespread or restricted audience. This includes the ability to post a draft or final solicitations, amendments, and attachments. Government users can designate either the entire solicitation or specific attachments as limited to use by specific companies. Contractors must submit their proposals via the portal and contracting personnel are then able to use the portal to distribute proposals to reviewers. A Proposal Manager must submit the proposal but must not wait until the final due date for submission, these proposals will be processed prior to the Contracting Office having viewing access. To ensure your proposal reaches the Contracting Office by the due date do not wait until the final moment. Training and instructions are accessible through PIEE - Web Based Training at https://pieetraining.eb.mil/wbt/ Frequently Asked Questions (FAQs) and additional training, go to the DoD Procurement Toolbox - eBusiness -- Solicitation Module at https://dodprocurementtoolbox.com/sitepages /solicitation-module 9. COMPLETING A QUOTE FOR SUBMITTAL W15QKN26QA027 Page 3 of 112 a. Quotes shall be posted to the PIEE solicitation website. Offerors that are not posted to this site will be considered non-responsive and shall not be considered for award. b. The Offeror shall provide the name, title, address, email address, and telephone number of the company/division point of contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. In addition, the contractor shall sign and acknowledge any potential resulting amendments to this solicitation. In doing so, the offeror accedes to the contract terms and conditions as written in the Solicitation. c. The Offeror shall submit a price for each FFP Contract Line Item Number (CLIN) on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. d. The offeror shall submit a signed SF1449 (Pg. 1, Block 30a. Signature of Offeror/Contractor). The offeror is required to complete blocks 17, 30a, 30b, and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions as written in the solicitation. e. Pricing for each CLIN must be submitted in the proper format. The proper format consists of QUANTITY * UNIT PRICE = AMOUNT/NET AMOUNT. In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended price multiplied by the QUANTITY. If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE, the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. Please know that any unit price of $0.00 will be considered invalid and the proposal will be considered non-responsive. f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5 Insurance - Work on a Government Installation and Required Insurance. g. The offeror is reminded it shall offer on any issued plans, drawings, and specifications as amended. Any deviations, conditions or attachments made by the offeror itself may render the offer non-responsive and may be cause for its rejection. h. IMPORTANT: All line items outlined in this solicitation require a monetary bid for consideration of award. Submission of a zero-dollar value or Not-Separately Priced (NSP) for any line item without a written justification will be deemed non-acceptable. Written Justification must include why this line item is NSP and where the price for these services are applied to. Please be advised that proposals will be evaluated for unbalanced pricing at both the Line Item Level and Year level. If a CLIN has a substantial difference in price it may be considered unbalanced. If there is a significant change between years it may also be considered unbalanced. Any priced deemed unbalanced may be removed from competition by the Contracting Officer. 10. All services shall be performed in accordance with the Performance Work Statement (PWS) 11. All offers shall remain valid for 120 calendar days. 12. SAM Unique ID#: W15QKN26QA027 13. CAGE(commercial and government entity)code 14. Federal Tax ID 15. ****This project is being solicited as 100% Service-Disabled-Veteran-Owned- Small-Business (SDVOSB) set-aside under NAICS 561790 with the business size standard of $9,000,000.00. 16. Multiple proposals will not be accepted. 17. The following are part of this solicitation: See Attachments Section CONTRACT ADMINISTRATION CONTRACT ADMINISTRATORS: Contract Specialist Army Contracting Command - New Jersey Michael Romano, michael.romano2.civ@army.mil Contracting Officer Torrence Trappier torrence.trappier.civ@army.mil CUSTOMER: United States Army 99TH Readiness Division Randy Baker randy.a.baker.civ@army.mil PERFORMANCE LOCATION: Cranberry USARC 9060 Marshall Road Cranberry, PA 16066 PERIOD OF PERFORMANCE: 12-month base year plus four (4) 12-month options.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a30d22f4887940619e0ef70d7dcfc7a4/view)
- Place of Performance
- Address: Cranberry USARC 9060 Marshall Road Cranberry, PA 16066 16066
- Zip Code: 16066
- Zip Code: 16066
- Record
- SN07700575-F 20260131/260129230038 (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 |