Department of the Air Force
Niagara Falls ARS
Requirement Title: 914 CES Snow Plow
Solicitation Number: FA667025Q0002
Solicitation Issue Date: Friday, 28 March 2025
Response Deadline: Friday,11 April 2025 no later than 1:00 PM EDT
Point(s) of Contact: Danielle Jones, Contract Specialist
Email Address: danielle.jones.28@us.af.mil
General Information
This request is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. 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. Only firm fixed price offers will be evaluated.
1. This solicitation document and incorporated provisions and clauses are those in effect through:
-Federal Acquisition Circular 2025-03
-Defense Federal Acquisition Regulation Change 01/17/2025
-Department of the Air Force Federal Change 10/16/2024
2. This acquisition is a competitive requirement. This requirement is a 100% small business set aside. In order to be considered, offerers must be registered as a small business under the associated NAICS.The North American Industry Size Classification System (NAICS) code associated with this requirement is 336390. The Small Business Size Standard associated with this NAICS is 1,000 employees.
3. Contractors must be registered for federal government awards in SAM to receive award. To register in SAM, go to: https://sam.gov/content/entity-registration
Requirement Information
The 914th CES has a requirement for:
Quantity 1 – Dump Truck Snowplow – Includes Plow Mount and Plow Hitch and all other material required to install on Dump Truck. Contractor to Install.
Details:
- 1 PTO hydraulically operated plow
o 10’ long carbide blade.
o Angle left and right capable.
o Lift up and down capable.
o Trip edge.
o Hydraulic pump, valves, controls, reservoir, and hoses to operate plow.
- 1 Plow mount manufactured to fit truck, hitch and plow.
o Wiring for lights
- 1 Plow hitch.
o Tilt-Over no wing
o LED heated lights
o Stainless steel disconnects
o Pump bracket
Contractor shall provide for full installation on truck. Installation may take place on or near Niagara Falls Air Reserve Station.
Vehicle Snow Plow will be installed on:
2019 Kenworth T270 Dump Truck
VIN 3BKHHZ6X7LF416501
Delivered and installed by September 30th 2025.
• Attachment 0: Solicitation RFQ (this document).
• Attachment 1: Statement of Need
Place of Delivery/Performance/Acceptance/FOB Point:
F.O.B. Destination; Deliver to 2405 Franklin Dr Bldg 403, Niagara Falls NY 14304 (exact customer address will be provided in the resulting contract).
Instructions to Offerors
To be considered responsive, offerors must submit the following via e-mail to danielle.jones.28@us.af.mil by the RFQ Deadline of Friday, 11 April 2025 at 1:00 PM Eastern Daylight Time (EDT):
1. Quote with Technical Capability Statement (including technical specifications of all proposed equipment)
2. Delivery Schedule
Only firm fixed price offers will be evaluated. To be eligible to receive an award resulting from this Solicitation. Offeror must also have the NAICS code associated with this RFQ indicated on their SAM record.
This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach, nor does it obligate the Government to pay for any quote preparation costs.
Vendors who wish to respond to this notice must send responses NLT Friday, 11 April 2025 at 1:00 PM Eastern Daylight Time (EDT) via email (subject: FA667025Q0002) to Danielle Jones at danielle.jones.28@us.af.mil
Quotations must meet all instructions put forth in this solicitation.
No phone calls will be accepted for this RFQ. Any questions relating to this solicitation must be submitted in writing to the contracting office. For questions, please contact Danielle Jones at danielle.jones.28@us.af.mil.
Evaluation Criteria
This is a competitive commercial acquisition. The Government intends to award a single contract resulting from this RFQ to the responsive, responsible offeror whose quote conforms to the RFQ and will be most advantageous to the Government; price, and other factors considered. The following factors shall be used to evaluate offers:
Price
Technical Capability
Evaluation:
Price – Price shall be evaluated on the total price quoted by the contractor to complete the work.
Technical Capability – Technical Capability will be evaluated by reviewing the contractor’s capability statement to determine if their stated capabilities can meet the requirements of the Statement of Need. Contractors must ensure sufficient technical information is provided so that a technical evaluation conducted by the government can determine that the contractors proposed equipment meets or exceeds requirements specified in the Statement of Need. A capability statement that demonstrates sufficient capability/expertise to meet the Statement of Need requirements shall be deemed acceptable. A capability statement that does not demonstrate sufficient capability/expertise to meet the Statement of Need requirements or has insufficient technical information to determine the proposed equipment meets or exceeds the requirements specified in the Statement of Need shall be deemed unacceptable.
Award will be made to the contractor with the lowest priced proposal, who’s Technical Capability is determined to be acceptable.
The government intends to award this contract without discussions. However, the government reserves the right to open discussions if it is in its best interest.
See attached Combined Synopsis/Solicitation for applicable clauses.
Amendment 1 – Questions and Answers
The purpose of this amendment is to:
Provide questions and answers for this solicitation.
a) Is there any incumbent/recompete or this is a brand-new project?
a. This is a new requirement
b) Is there a dump body on the truck already?
a. Yes
c) What is the make and model of the transmission?
a. Automatic Allison 3000
Amendment 2 – Questions and Answers
The purpose of this amendment is to:
Provide questions and answers for this solicitation.
- What is the chassis front axle weight and the gross vehicle weight?
- GAWR Front 8000 LB and 3629 kg
- Is a straight blade or V-plow required?
- Straight
Further questions regarding this solicitation must be submitted to danielle.jones.28@us.af.mil by 4:00pm EDT on Monday 7 April 2025.