Closed Solicitation · DEPT OF DEFENSE

    SNOW AND ICE REMOVAL SERVICES

    Sol. FA465926Q0001Sources SoughtGRAND FORKS AFB, ND
    Closed
    STATUS
    Closed
    closed Apr 14, 2026
    POSTED
    Mar 30, 2026
    Publication date
    NAICS CODE
    488490
    Primary industry classification
    PSC CODE
    S218
    Product & service classification

    AI Summary

    The United States Air Force is seeking capabilities packages from small businesses for snow and ice removal services at Grand Forks AFB, ND. Interested firms must demonstrate their ability to meet the specifications outlined in the Draft Snow/Ice Removal Performance Work Statement. Responses are due by April 14, 2026, and must be submitted electronically to the provided email addresses.

    Contract details

    Solicitation No.
    FA465926Q0001
    Notice Type
    Sources Sought
    Posted Date
    March 30, 2026
    Response Deadline
    April 14, 2026
    NAICS Code
    488490AI guide
    PSC / Class Code
    S218
    Issuing Office
    FA4659 319 CONS PK
    Primary Contact
    Jacob Goodwin
    State
    ND
    ZIP Code
    58205-6436
    AI Product/Service
    service

    Description

    The United States Air Force, 319 CONS, Grand Forks AFB, ND is seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses that are capable of providing Snow/Ice Removal Services as further discussed in the attached Draft Snow/Ice Removal Performance Work Statement (PWS). Firms that respond shall specify that their services meet the specifications provided in the attachment below and provide detailed information to show clear technical compliance.

    Detailed Specifications are listed in the attachment identified below:

    Attachment 1- Draft Snow Removal PWS
     

    All interested firms shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Quotes) exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


    The NAICS Code assigned to this acquisition is 488490 (Other Support Activities for Road Transportation) with a size standard of $18.0M. Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), SDVO, or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. 
     

    Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.

    CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capability to provide the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.

    Responses may be submitted electronically to the following e-mail addresses: jacob.goodwin.5@us.af.mil and jeremiah.snedker@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA465926Q0001 – SNOW/ICE REMOVAL SERVICES" If this subject line is not included, the email may not get through email filters at Grand Forks AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls or .xls documents are attached to your email. All other attachments may be deleted. Responses shall be emailed to:
     

    319 CONS,
     

    POC – SSgt Jacob Goodwin

    Email: jacob.goodwin.5@us.af.mil

    Phone: 701-747-5290

    POC – Jeremiah Snedker

    Email: jeremiah.snedker@us.af.mil

    Phone: 701-747-5299

    RESPONSES ARE DUE NOT LATER THAN 14 April 2026 BY 16:00 Central Standard Time. Direct all questions concerning this acquisition to the POCs above.

    Key dates

    1. March 30, 2026Posted Date
    2. April 14, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SNOW AND ICE REMOVAL SERVICES is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.