LANDSCAPE SERVICES NWS MOON TOWNSHIP, PA
Combined Synopsis Solicitation from NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION • COMMERCE, DEPARTMENT OF. Place of performance: {"city":{},"state":{},"country":{}}. Response deadline: Mar 04, 2026. Industry: NAICS 561730 • PSC S218.
Market snapshot
Awarded-market signal for NAICS 561730 (last 12 months), benchmarked to sector 56.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 561730
Description
Snow removal services at the National Weather Service WSR-88D Radar Site in Hodgdon, Maine
(i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued.
Solicitation number 1305M326Q0073 is issued as a request for quotation (RFQ) for providing snow removal services in at the National Weather Service WSR-88D Radar Site in Hodgdon, Maine.
This acquisition is set-aside for small business concerns. The associated NAICS code is 561730. The small business size standard is $9.5M.
This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov
(ii) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).
CLIN 0001 – Base Year
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for providing snow removal services at the National Weather Service WSR-88D Radar Site located in Hodgdon, ME in accordance with the Statement of Work.
Period of Performance: Date of Award - February 28, 2027
CLIN 1001 – Option Year 1
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for providing snow removal services at the National Weather Service WSR-88D Radar Site located in Hodgdon, ME in accordance with the Statement of Work. Services to be provided from January through May and October through December as required based on snowfall.
Period of Performance: March 1, 2027 - February 29, 2028
CLIN 2001 – Option Year 2
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for providing snow removal services at the National Weather Service WSR-88D Radar Site located in Hodgdon, ME in accordance with the Statement of Work. Services to be provided from January through May and October through December as required based on snowfall.
Period of Performance: March 1, 2028 - February 28, 2029
CLIN 3001 – Option Year 3
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for providing snow removal services at the National Weather Service WSR-88D Radar Site located in Hodgdon, ME in accordance with the Statement of Work. Services to be provided from January through May and October through December as required based on snowfall. Services to be provided from January through May and October through December as required based on snowfall.
Period of Performance: March 1, 2029 - February 28, 2030
CLIN 4001 – Option Year 4
Services, non-personal, to provide all labor, equipment and materials (unless otherwise provided herein) necessary for providing snow removal services at the National Weather Service WSR-88D Radar Site located in Hodgdon, ME in accordance with the Statement of Work. Services to be provided from January through May and October through December as required based on snowfall.
Period of Performance: March 1, 2030 - February 28, 2031
(iii) Description of requirements for the items to be acquired, including documentation supporting any brand name descriptions (see 12.102).
See attached Statement of Work which applies to Base Year and all Option Years 1 – 4, and Department of Labor Wage Rates: WD 2015-4007, Revision No. 32, dated December 3, 2025, which can be found on: https://sam.gov/content/wage-determinations
INVOICES TO BE BILLED MONTHLY IN ARREARS. PROVIDE MONTHLY AND ANNUAL PRICING FOR EACH BASE AND OPTION YEAR. QUOTE PRICING MAY BE PROVIDED ON ATTACHED SF18 FORM OR ON COMPANY LETTERHEAD.
(iv) Date(s) and place(s) of delivery and acceptance and f.o.b. point (see part 47).
Period of performance shall be:
Base Year: Date of Award (early March 2026) - February 28, 2027
Option Year 1: March 1, 2027 - February 29, 2028
Option Year 2: March 1, 2028 - February 28, 2029
Option Year 3: March 1, 2029 - February 28, 2030
Option Year 4: March 1, 2030 - February 28, 2031
Place of Performance is:
National Weather Service
WSR-88D Radar Site
185 Barton Road
Hodgdon, ME 04736-4452
(v) A list of solicitation provisions that apply to the acquisition (see 12.205(a)) can be found on the Request for Quote Form SF18 attachment.
RFO 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) (Deviation JAN 2026)
NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror.
1. Submit PDF or Microsoft Word format quotations to the office specified in this solicitation at or before the time specified in the solicitation. Quote documents shall include signed copies of the SF 18 and SF 30(s) to acknowledge the solicitation and any applicable amendments. Email quotes are required and can be sent to kerri.coffey@noaa.gov
2. Offeror shall have an active registration in the System for Award Management (SAM found at https://sam.gov/content/home) in order to provide a quote and be eligible for award. Must provide their UEID/CAGE CODE with their quote.
3. Offerors shall assume that the Government has no prior knowledge of them or their capability.
4. Offerors must provide all evaluation criteria in accordance with RFO 52.212-2. Offerors who do not provide all evaluation criteria may not be considered.
1. Technical Acceptability/Capability.
2. Past Performance.
3. Price.
(End of provision)
RFO 52.212-2 Evaluation- Commercial Products and Commercial Services (NOV 2021) (Deviation JAN 2026)
Offers will be evaluated based on price and the factors set forth in paragraph (a).
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following pass/fail criteria:
1. Technical Acceptability/Capability.
Quote shall include a statement demonstrating the Offeror’s capability to perform the required scope of work, including relevant experience for the same or similar services within the past two years and the Offeror’s understanding of the requirement. The statement must not be a reiteration of the Statement of Work. Failure to address the full requirements of the Statement of Work will be considered a fail and the quote will not be accepted.
2. Past Performance.
The Offeror's past performance on related contracts will be evaluated to determine, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. The Government will use its discretion to determine the sources of past performance information used in the evaluation, and the information may be obtained from references provided by the Offeror, the agency’s knowledge of Offeror performance, other government agencies or commercial entities, or past performance databases, and will be based on responsiveness, quality, and customer services.
3. Price.
The Government intends to award a low priced, technically acceptable, single firm fixed-price purchase order on an all or none basis with payment terms of Net 30.
(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of provision)
RFO 52.237-1 Site Visit (Apr 1984) (Deviation JAN 2026)
Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
(End of provision)
A site visit is highly recommended but not required. Vendors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Please contact William Desjardins at (207) 492-0180 x228 or William.Desjardins@noaa.gov to set up a time to visit the site.
All questions during the site visit should be submitted electronically to kerri.coffey@noaa.gov
(vi) A list of contract clauses that apply to the acquisition (see 12.205(b)) can be found on the Request for Quote Form SF18 attachment.
(vii) Quotes are required to be received in the contracting office no later than MONDAY, MARCH 2, 2026 10:00am MST. All quotes must be submitted electronically via email to kerri.coffey@noaa.gov
THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR’S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT.
CAM 1352.215-72 Inquiries (APR 2010)
OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING VIA EMAIL TO KERRI.COFFEY@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN THURSDAY, FEBRUARY 26, 2026. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.
(End of clause)
(viii) Any other additional information required by 5.101(c).
Per NOAA Deviation 2025-02/03: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Contracting officers will not consider those representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.
UTILIZATION OF FEDCONNECT® FOR CONTRACT ADMINISTRATION
The Department of Commerce will utilize the FedConnect® web portal in administering this award. The contractor must be registered in FedConnect® and have access to the FedConnect® website located at https://www.fedconnect.net/Fedconnect/. For assistance in registering or for other FedConnect® questions please call the FedConnect® Help Desk at (800) 899-6665 or email at support@fedconnect.net. There is no charge for registration in or use of FedConnect®.
(End)
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.