Boundary Maintenance Services, West Thompson Lake, North Grosvenordale, CT
ID: W912WJ25Q0065Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

Landscaping Services (561730)

PSC

HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING (S208)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for Boundary Maintenance Services at West Thompson Lake in North Grosvenordale, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, and transportation to locate, mark, and clear brush along approximately 8.8 miles of USACE property boundary, culminating in a comprehensive report detailing monument conditions and any encroachments. This project is crucial for maintaining clear property lines and preventing misunderstandings between public and private holdings. Interested small business vendors must have an active registration in SAM.gov and submit their offers by April 4, 2025, at 2:00 PM Eastern Time; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    The document details an amendment to a solicitation, officially extending the submission deadline for offers related to Contract ID W912WJ25Q0065. The new closing date is set for April 4, 2025, at 2:00 PM Eastern Time. Aside from this extension, all terms and conditions of the solicitation remain unchanged and fully enforceable. The amendment emphasizes that it is critical for contractors to acknowledge the receipt of this amendment to prevent rejection of their offers. It also notes that if a contractor wishes to modify a previously submitted offer, such changes can be communicated through a separate letter or telegram, with reference to the solicitation and amendment numbers. Issued by the U.S. Army Engineer District, New England, this document serves as a formal communication in the procurement process, highlighting the structured process of government contracting and ensuring compliance among interested parties. The notice reflects the ongoing effort to facilitate participation and adherence to the federal bidding timelines within the government's contracting framework.
    This document outlines boundary marking specifications for a designated area managed by the U.S. Army Corps of Engineers, focusing on the section connecting monuments WTL-141A to WTL-024, covering a total distance of 8.8 miles. It provides detailed criteria for boundary demarcation, including tree blazes. Key specifications entail marking trees that are 4 feet within the boundary line, with blaze height set at 5 feet above ground, and size specifications for the blazes described as 6 inches and 3 inches. The document emphasizes the need to clearly delineate public and private property lines to prevent encroachments and misunderstandings. The information is crucial for contractors involved in boundary marking and property management, ensuring compliance with federal land management practices while facilitating effective management of public versus private holdings. This guide serves as a crucial reference in the context of federal grants and RFPs aimed at land maintenance and management projects.
    The document is a Request for Quotations (RFQ) from the U.S. Army Corps of Engineers, soliciting contractors to provide boundary maintenance services for approximately 8.8 miles of property at West Thompson Lake in North Grosvenordale, Connecticut. The contractor is expected to furnish all necessary labor, materials, tools, and transportation to conduct activities that include locating, marking, and clearing brush along the boundaries. Key deliverables include a final report documenting monument conditions and potential encroachments, with photographic evidence. The project must be completed within 120 days post-contract award, and all pre-work submittals are due within 21 days. Safety provisions, including compliance with U.S. Army Corps of Engineers standards and necessary certifications for employees, are explicitly outlined. Additionally, the contract emphasizes the importance of security compliance and mandates site visits scheduled with the technical point of contact prior to project commencement. Price is the sole basis for contract award, and all vendors must have an active registration in the System for Award Management (SAM). The document further details necessary clauses and regulatory compliance, underscoring its adherence to federal procurement processes.
    Lifecycle
    Similar Opportunities
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, which includes specific safety regulations and site access procedures. This procurement is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining accessibility and safety during winter weather events. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, to be considered for this contract, which includes a base year and two option years.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, CT. The project requires the contractor to provide all necessary labor, equipment, materials, and transportation to perform various landscaping tasks, including mowing and trimming approximately 4.75 acres of fine lawn, rough mowing 1.5 acres, and conducting spring and fall clean-up on 2.5 acres, along with clearing drainage swales and catch basins. This procurement is set aside for small businesses, with an applicable NAICS code of 561730 and a size standard of $9.5 million; all vendors must have an active registration in SAM.gov at the time of submission to be considered. Interested parties can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.
    Janitorial Services, Recruiting Centers, 8 Locations throughout CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers - New England District, is seeking qualified contractors to provide janitorial services for eight recruiting centers located throughout Connecticut. The contract will require the contractor to manage and perform cleaning services, including maintenance of restrooms, offices, and common areas, on a specified schedule of two days per week for some locations and three days per week for others. This procurement is crucial for maintaining a clean and functional environment for Army recruiting efforts, and it is set aside for small business vendors under NAICS code 561720, with a size standard of $22 million. Interested parties should note that the solicitation will be available online around December 29, 2025, and must ensure they have an active registration in SAM.gov to be considered for the contract. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    ARMED FORCES CAREER CENTER - ENFIELD, CT
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting lease proposals for approximately 1,680 square feet of commercial office space in Enfield, Connecticut, to serve as an Armed Forces Career Center. The leased space must be located within a ¼ mile radius of 155 Hazard Avenue and must include a secondary egress and adequate parking for eight government vehicles, both during the day and overnight. This procurement is crucial for supporting military recruitment efforts, and interested contractors must submit their proposals, including rental amounts and a breakdown of construction build-out specifications, by 5:00 PM on November 27, 2025. For further inquiries, potential bidders can contact Kevin Leonard at Kevin.leonard@usace.army.mil or Joshua Mulvey at Joshua.E.Mulvey@usace.army.mil.
    Construction Services for Maintenance Dredging of the New Haven Harbor Federal Navigation Project, New Haven, CT.
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking contractors for maintenance dredging services at the New Haven Harbor Federal Navigation Project in New Haven, CT. The project aims to deepen and widen the navigation channel and turning basin, requiring the removal of approximately 4,500,000 cubic yards of silt and fine sand, along with 61,000 cubic yards of rock, which will necessitate blasting. This contract is significant for maintaining navigational safety and efficiency in the harbor, with an estimated construction cost between $25 million and $100 million, and operations scheduled to occur over two dredge seasons from October 2026 to May 2028. Interested firms must submit a capabilities package demonstrating relevant experience and equipment by contacting Kyle Hall at kyle.k.hall@usace.army.mil, with the project solicitation expected to be issued around May 15, 2026.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for snow removal and sanding services at Tully Lake and Birch Hill Dam in Royalston, MA. The contract, valued at up to $9.5 million, requires the selected contractor to provide all necessary equipment, materials, labor, and transportation to ensure safe and effective snow management in these critical areas. This procurement is particularly significant as it supports the maintenance of accessibility and safety during winter months, and is set aside for Women-Owned Small Businesses (WOSB) under NAICS code 561730. Interested vendors must submit their quotes via email to Jennifer M. Samela by December 23, 2025, and must have an active registration in SAM.gov to be considered for the contract.
    Tree Maintenance Services in Central and West, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for tree maintenance services in Central and West Texas. The contractor will be responsible for a range of services including tree removal, trimming, stump grinding, and boundary fence line clearing at various lakes including Aquilla, Hord's Creek, Navarro Mills, O.C. Fisher, Proctor, Waco, and Whitney Lakes. These services are crucial for maintaining the health and safety of the landscapes surrounding these recreational areas. Interested small businesses are encouraged to contact Allen Holmes at allen.l.holmes@usace.army.mil or by phone at 817-886-1035 for further details regarding the solicitation, which is set aside for total small business participation.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.