Opportunity

SAM #FA462526Q1070

Air Force Solicitation for Annual Maintenance of MB Broom and Oshkosh Snow Removal Equipment at Whiteman AFB

Buyer

509th CES

Posted

May 01, 2026

Respond By

May 15, 2026

Identifier

FA462526Q1070

NAICS

811310, 811121

The Department of the Air Force, Air Force Global Strike Command, 509th Contracting Squadron at Whiteman Air Force Base is seeking a contractor for comprehensive maintenance of LRS snow removal equipment. - Government Buyer: - Department of the Air Force, Air Force Global Strike Command, 509th Contracting Squadron (FA4625 509 CONS CC) - 509th Logistics Readiness Squadron Vehicle Management flight - OEMs and Vendors: - MB Broom (manufacturer of snow removal vehicles) - Oshkosh (manufacturer of snow removal vehicles) - Multiple OEM part numbers listed for filters, gaskets, o-rings, and kits (see product line items) - Products/Services Requested: - Annual inspection and maintenance of 15 MB Broom and Oshkosh snow removal vehicles - Visual and functional inspections, fluid analysis, parts replacement, and operational testing - Extensive list of replacement parts (filters, o-rings, gaskets, kits) with specific part numbers and quantities - Wet Audit Inspections (15 units) - Filter Kits (15 units) - Travel (100 miles) and Lodging (2 units) for service personnel - Unique/Notable Requirements: - Contractor must provide all labor, tools, materials, and OEM-specified parts - Compliance with SCA Wage Determination - All work to be performed at Whiteman AFB Vehicle Maintenance facilities (Building 136) - No site visit will be held; proposals evaluated on best value basis - Completion deadline for all services - Place of Performance: - Whiteman Air Force Base, Missouri (Vehicle Maintenance facilities, Building 136) - No specific contract value provided; firm fixed-price contract anticipated

Description

LRS Snow Removal Equipment Maintenance

Combined Synopsis/Solicitation (COMBO)

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in RFO 12.202, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation FA462526Q1070 is being issued as a Request for Quote (RFQ). All quotes shall be valid for a period of 90 days.

The RFQ document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01; Effective 03/13/2026. Defense Acquisition Circular 11/10/2025. This is a 100% small business set-aside. The North American Industry Classification System (NAICS) code for this project is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance, with a size standard of $12.5M dollars.

The purpose of this combined synopsis and solicitations for LRS Snow Removal Equipment Maintenance purchase in accordance with Attachment 1, Performance Work Statement (PWS) dated 16 Apr 2026.

This will be a Firm Fixed-Price Contract. The Vendor is responsible for requesting any additional information required to submit an accurate quote.

Site Visit Information: There will not be a site visit offered or held for this solicitation.

Pursuant to RFO 12.201-1 contract award will be made using Simplified Acquisition Procedures. Vendor’s submissions will be evaluated based upon the following:

Evaluation Factors:

Evaluation for this acquisition will be based on best value of technical capabilities and price. Technical capabilities will be evaluated as Acceptable or Unacceptable.

Note: In context of acceptability/unacceptability a neutral rating shall be considered acceptable. Price will be evaluated based upon the best value proposed. The Government reserves the right to refrain from awarding to any Offeror with pricing that is not determined reasonable, and/or is unbalanced.

Quotes must be received no later than 15 April 2026 at 10:00AM CST to be considered for award; late quotes will not be considered for award. Emailed quotes using file compression, such as .zip, will not be accepted.

Email Quotes to reid.richardson@us.af.mil, and james.bohnenstingel@us.af.mil.

COMPLETE QUOTES MUST BE SENT TO THE EMAIL ADDRESSES AS STATED ABOVE, ANYTHING OTHERWISE CAN AND WILL BE CONSIDERED NONRESPONSIVE. YOU MAY WISH TO PLACE A READ/DELIVERY RECEIPT.

NOTE: It is the responsibility of the offeror to ensure timely receipt of the proposal. Whiteman AFB network utilizes a firewall that may cause delays in receipt of e-mail/attachments. Late receipt of proposals due to a network firewall or outages will be considered late. Offerors should allow sufficient time for the email traffic to be delivered. E-mails received in the Government office after closing time will be considered late and not considered for award.

The Offeror’s quote submission shall consist of the following:

COMPANY NAME: COMPANY POINT OF CONTACT: PHONE NUMBER: UEI NUMBER: CAGE CODE: QUOTE EXPIRATION DATE: PRICING INFORMATION:

All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoices will be processed via Wide Area Work Flow (WAWF) and instructions shall be provided at time of award.

The Government reserves the right to cancel this solicitation, either before or after the closing date for receipt of proposals. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.

Discussions: The Government intends to award a purchase order without discussions with respective vendors/quoters. The Government, however, reserves the right to conduct discussions if deemed in its best interest.

Attachments:

Performance Work Statement (PWS), Dated 16 Apr 2026 SCA Wage Determination, SCA2015-5089, Rev 29, Dated 03 Dec 2025 Provisions and Clauses Bid Schedule MB Oshkosh Equipment Serial Numbers

View original listing