Closed Solicitation · DEPT OF DEFENSE

    SNOWPLOW AND SPREADERS

    Sol. FA671225Q0020Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)CORAOPOLIS, PA
    Closed
    STATUS
    Closed
    closed Sep 16, 2025
    POSTED
    Sep 8, 2025
    Publication date
    NAICS CODE
    333120
    Primary industry classification
    PSC CODE
    2590
    Product & service classification

    AI Summary

    The Department of the Air Force is seeking quotes for snowplow and spreader equipment under RFQ FA671225Q0020. This opportunity is a total small business set-aside, requiring vendors to provide brand name or equal products that meet specified characteristics. Quotes must demonstrate compliance with the requirements outlined in the solicitation.

    Contract details

    Solicitation No.
    FA671225Q0020
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 8, 2025
    Response Deadline
    September 16, 2025
    NAICS Code
    333120AI guide
    PSC / Class Code
    2590
    Issuing Office
    FA6712 911 AW LGC
    Primary Contact
    Jay De Leonibus
    State
    PA
    ZIP Code
    15108-4495
    AI Product/Service
    product

    Description

    This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on Contracting Opportunities.

    This RFQ is NOT to be construed as a commitment by the United States Air Force. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote.

    The Request for Quote (RFQ) number is FA671225Q0020

    This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-04. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. Clauses can be accessed in full text at this address: www.acquisition.gov

    The NAICS code is 333120 and the Small Business Standard is 1,250 Employees. The proposed contract is 100% total set-aside for Small Business.  Award shall be made on the evaluation basis of Lowest Price Technically Acceptable.  The Pittsburgh 911th Airlift Wing located in Coraopolis, PA is seeking quotes from small business vendors for the following:

    CLIN 0001:

    Renegade (Brand name or Equal) Stainless Spreader, 3 cu/yd Auger, Spreader Tie-Down Kit (4 pack), 70” Spill Guard, Vibrator Kit, Primary Work Light Kit (Left Side), Secondary Work Light Kit (Right Side), Strobe Light Kit, Rolled Tarp Cover and Salt Spreader Installation (In-Bed)

    CLIN 0002:

    Brand name or Equal) 8'6"-11' Power Plow Package  w/ LED Light, Rubber Deflector Kit and Truck Snowplow Installation

    CLLIN 0003:

    Renegade (Brand name or equal) Stainless Spreader, 5 cu/yd Chain Drive, 70” Spill Guard, Chain Binder Tie-Down Kit (set of 4), Vibrator Kit, Primary Work Light Kit (left side), Secondary Work Light Kit (Right side), Rolled Tarp Cover and Salt Spreader Installation (In-Bed)

    NOTE:

    Per FAR 52.211-6, “Brand Name or Equal”, any brand name or equal must meet the following essential salient physical, functional and performance characteristics:

    Any quote offering an "Equal" SnowEx Plow or Renegade Stainless Steel Spreaders must comply with the requirements in 52.211-6 to be considered. Quote submissions for an "Equal" snowplow or spreaders must clearly demonstrate how the "Equal" meets the essential characteristics described in Attachment 1. Quotes that do not clearly demonstrate how the “Equal” meets the essential characteristics will be deemed non-responsive and not considered for award. It is the responsibility of the vendor to make sure all essential features are clearly identified within their respective quote.

    To be considered for an award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in the solicitation. Clearly identify the item by Brand name, if any; and Make or Model number. Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer.

    Salient Characteristics of Snowplow and Ford 550 Dump Truck photo's attached.

    INSTRUCTIONS TO OFFERORS:

    Use Attachment 2 “Pricing Template” Vendors may submit additional literature and/or specification details in addition to the pricing template to clearly demonstrate how an Equal snowplow and salt spreader meets the minimum essential characteristics shown in Attachment 1.

    Method of quote submission: email to jay.de_leonibus@us.af.mil

    All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 333120 and payment terms

    Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Advance/partial payments are not authorized. Quoters are reminded to include a completed copy of 52.212-3 and it's ALT I if not updated in SAM.

    52.212-2, Evaluation - Commercial Items is applicable to this procurement. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation is most advantageous to the Government, price and other factors considered.

    Quotes will be evaluated based on the following criteria:

    1. Technical Acceptability
    2. Price

    Technical Evaluation Ratings:

    Rating: Acceptable

    Description: Submission clearly meets brand name SnowEx Plow or Equal and Renegade Spreaders or Equal

    Rating: Unacceptable

    Description: Submission does not clearly meet brand name SnowEx Plow or Equal and Renegade Spreaders or Equal

    FAR CLAUSES AND PROVISIONS

    52.204-7, System for Award Management

    52.204-13, SAM Maintenance

    52.204-19 Incorporation by Reference of Representations and Certifications

    52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment

    52.211-6, Brand Name or Equal

    52.212-1, Instructions to Offerors - Commercial Items

    52.212-3 Alt I Offeror Representations and Certifications – Commercial Items

    52.212-4, Contract Terms and Conditions - Commercial Items

    52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities Relating to Iran – Representations and Certifications

    52.204-26 Covered Telecommunications Equipment or Services-Representation

    52.232-39 Unenforceability of Unauthorized Obligations

    52.243-1, Changes Fixed Price (AUG 1987)

    52.247-34, F.O.B-Destination

    52.252-2 Clauses Incorporated by Reference

    52.252-6, Authorized Deviations in Clauses

    52.212-5, Contract Terms and Conditions Required to Implement Statutes or

    Executive Orders - Commercial Items as follows:

    -52.207-7, Prohibition on a ByteDance covered application

    - 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards

    - 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)

    - 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment

    - 52.219-28, Post-Award Small Business Program Representation (Jul 2013)

    - 52.222-3, Convict Labor - 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) - 52.222-21, Prohibition of Segregated Facilities (Apr 2015)

    52.222-26, Equal Opportunity (Sep 2016) - 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) - 52.222-50, Combating Trafficking in Persons

    - 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) - 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)

    - 52.232-33, Payment by Electronic Funds Transfer--System for Award Management

    52.222-41, Service Contract Labor Standards

    - 52.222-42, Statement of Equivalent Rates for Federal hires

    - 52.222-55, Minimum Wages Under Executive Order 13658 - 52.222-62, Paid Sick Leave Under Executive Order 13706

    DFARS CLAUSES AND PROVISIONS

    252.203-7000 Requirements Relating to Compensation of Former DoD

    Officials,

    252.203-7002, Requirement to Inform Employees of Whistleblower Rights

    252.203-7005 Representation Relating to Compensation of Former DoD

    Officials

    252.204-7008 Compliance With Safeguarding Covered Defense Information

    Controls

    252.204-7015, Disclosure of Information to Litigation Support Contractors

    252.204-7016, Covered Defense Telecommunications Equipment or Services—Representation

    252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation

    252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services

    252.204-7022, Expediting Contract Closeout

    252.204-7024, Notice on the Use of the Supplier Performance Risk System

    252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism

    252.211-7003 Item Identification and Valuation

    252.223-7008 Prohibition of Hexavalent Chromium

    252.225-7001, Buy American Act & Balance of Payments Program

    252.225-7002, Qualifying Country Sources as Subcontractors

    252.225-7036, Buy American Act, Free Trade Agreements, Balance of

    Payments Program

    252.225-7048, Export Controlled Items

    252.232-7003, Electronic Submission of Payment Requests and receiving Reports

    252.232-7006, Wide Area Workflow Payment Instructions

    252.232-7010, Levies on Contract Payments

    252.244-7000, Subcontracts for Commercial Items

    AFFARS Clauses

    5352.201-9101, Ombudsman

    5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances

    5352.242-9000 Contractor Access to Air Force Installations (June 2024)

    System for Award Management (SAM):

    Vendors must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/

    Key dates

    1. September 8, 2025Posted Date
    2. September 16, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SNOWPLOW AND SPREADERS 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.