Installation of Concrete Pads, Utilities, and Provision and Installation of Prefabricated Shelter, Townshend Lake, Townshend, VT
ID: W912WJ25QA011Type: Presolicitation
Overview

Buyer

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

NAICS

Poured Concrete Foundation and Structure Contractors (238110)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is issuing a presolicitation notice for the installation of concrete pads, utilities, and the provision and installation of a prefabricated shelter at Townshend Lake in Townshend, Vermont. The project requires the contractor to furnish all necessary labor, materials, and equipment to reestablish existing water, sewer, and electric connections, install new concrete pads, and procure and install a fiberglass shelter. This construction effort, valued between $25,000 and $100,000, is crucial for enhancing the recreational facilities at Townshend Lake. Interested small business vendors must have an active registration in SAM.gov at the time of submission, and the solicitation documents will be available online around April 9, 2025. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    JHK Erosion Control
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, Wilmington District, is seeking qualified small businesses to undertake the JHK Erosion Control project in Boydton and Clarksville, Virginia. The project aims to repair existing swim beach walls and implement erosion control measures across eight designated locations, including North Bend Park and Rudds Campground, requiring contractors to provide all necessary equipment, labor, and materials. This initiative is part of federal efforts to enhance local infrastructure while promoting small business participation, with a contract value estimated between $100,000 and $250,000 and a performance period of 90 days post-award. Interested bidders must be registered in the System for Award Management (SAM) and can expect the solicitation to be available electronically on May 2, 2025; for further inquiries, they may contact Mr. Benjamin Rickman or Ms. Jenifer Garland via email.
    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.
    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, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Playground Equipment Supply, Edward MacDowell Lake, Peterborough, NH
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking small business vendors to supply, deliver, and unload playground equipment at Edward MacDowell Dam in Peterborough, New Hampshire. The procurement includes specific requirements for playground structures and a swing set system, emphasizing compliance with safety certifications (ASTM and CPSC), design specifications, and aesthetic considerations, such as color schemes. This opportunity is significant for enhancing recreational facilities and ensuring safety standards for community use. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Contract Specialist Alicia LaCrosse by December 15, 2025, at 2:00 PM Eastern, with the award based solely on price.
    Snow Removal and Sanding Services, Birch Hill Dam and Tully Lake, Royalston, MA
    Dept Of Defense
    The Department of Defense, through the 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 vendors to provide all necessary equipment, materials, labor, and transportation for effective snow management, including plowing, shoveling, and sanding, with the possibility of an optional additional year. This procurement is particularly significant as it is set aside for Women-Owned Small Businesses (WOSB) under the NAICS code 561730, emphasizing the importance of safety regulations and the submission of an Accident Prevention Plan. Interested vendors must have an active registration in SAM.gov and submit their quotes via email to Jennifer M. Samela by December 23, 2025, to be considered for this opportunity.
    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.
    Construction of a Vehicle Recovery Range at Fort Lee in Prince George County, VA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers Norfolk District, is preparing to issue a presolicitation notice for the construction of a Vehicle Recovery Range at Fort Lee in Prince George County, Virginia. This project involves the construction of 24 concrete turning pads, site drainage, and road alignment, executed in three phases, with the contractor required to complete one phase before moving to the next. The contract will be a firm-fixed-price award, set aside for 8(a) Small Businesses, with an estimated value between $5 million and $10 million, and the Invitation for Bid (IFB) is expected to be released electronically around mid-December 2025. Interested bidders should monitor SAM.gov for updates and ensure they are registered in SAM for the submission of offers; for inquiries, they may contact Caleb Bookout at brian.c.bookout@usace.army.mil or Nicholas Lizotte at nicholas.lizotte@usace.army.mil.
    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.
    Small Business Construction MATOC
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is soliciting proposals for a Small Business Construction Multiple Task Order Contract (MATOC). This procurement aims to engage small businesses in the construction of various commercial and institutional buildings, as outlined under NAICS code 236220, with a focus on the construction of miscellaneous buildings. The MATOC is crucial for supporting the Army's infrastructure needs within the North Atlantic Division Area of Responsibility, ensuring that qualified small businesses can contribute to essential construction projects. Interested parties should contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil for further details, as this opportunity is set aside exclusively for small businesses under FAR 19.5 regulations.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.