Arborist and Invasive Insect Control Blanket Purchase Agreement, Naugatuck River Basin, locations throughout CT
ID: W912WJ26QA012Type: 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 Department of Defense, through the U.S. Army Corps of Engineers, is seeking qualified contractors to provide Arborist and Invasive Insect Control services under a Blanket Purchase Agreement (BPA) for locations throughout the Naugatuck River Basin in Connecticut. The procurement aims to address the management of invasive insect species and tree care across nine designated sites, including Black Rock Lake and Stamford Hurricane Barrier, with a total master limit of $250,000 and individual BPA calls not exceeding $25,000. This initiative is crucial for maintaining ecological balance and protecting local flora from invasive threats, emphasizing the importance of safety and compliance with federal regulations. Interested vendors must submit their firm-fixed-price quotes electronically to Contract Specialist Jennifer Samela by December 3, 2025, at 2:00 PM EST, and must have an active registration in SAM.gov to be considered for the award.

    Point(s) of Contact
    Files
    Title
    Posted
    The Blanket Purchase Agreement (BPA) for the U.S. Army Corps of Engineers outlines a requirement for Arborist and Invasive Insect Treatment Services within the Naugatuck River Basin in Connecticut. This agreement is structured to procure specialized services related to tree care and the management of invasive insect species across various locations in Connecticut, under the jurisdiction of the Army Corps of Engineers.
    The U.S. Army Corps of Engineers, New England District, has issued Solicitation No. W912WJ26QA012 for a Blanket Purchase Agreement (BPA) for arborist and invasive species treatment services. This solicitation invites contractors to submit firm-fixed-price quotes, including a price breakdown per the Bid Schedule, for services required in the Naugatuck River Basin and other locations throughout Connecticut. The government intends to award up to three BPAs. Quotes must be submitted electronically to Contract Specialist Jennifer Samela by December 3, 2025, at 2:00 PM EST. The government's obligation under the BPA is limited to authorized purchases actually made.
    This government Request for Quotations (RFQ) outlines a Blanket Purchase Agreement (BPA) for arborist and invasive insect treatment services in the Naugatuck River Basin, Connecticut. The U.S. Army Corps of Engineers (USACE) seeks qualified Women-Owned Small Businesses (WOSB) to provide these services over a three-year period, with a total master limit of $250,000. Individual calls under this BPA will not exceed $25,000. Award will be based on price alone, and vendors must adhere to strict submission guidelines, including active System for Award Management (SAM) registration and comprehensive bid schedules. The scope of work includes various arborist activities, chemical treatments for invasive insects (like the emerald ash borer), and the installation of herbaceous plants, trees, and shrubs across nine specific locations. Contractors must have at least three years of experience and hold appropriate Connecticut state licenses. Safety is paramount, requiring adherence to USACE safety manuals, submission of Accident Prevention Plans, and the presence of certified safety personnel. Additionally, the document details various FAR and DFARS clauses governing the contract, emphasizing compliance with federal acquisition regulations and small business program rerepresentation requirements.
    Similar Opportunities
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Buyer not available
    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.
    Forest Improvement Herbicide- Fort Drum
    Buyer not available
    The Department of Defense, through the Mission & Installation Contracting Command (MICC) at Fort Drum, New York, is seeking multiple small businesses to enter into a Blanket Purchase Agreement (BPA) for herbicide services aimed at controlling invasive and undesirable vegetation. The contractor will be responsible for various herbicide application methods across treatment areas ranging from 1 to 400 acres, ensuring compliance with federal, state, and local environmental regulations, including the Endangered Species Act. This initiative is crucial for maintaining the ecological integrity of Fort Drum while effectively managing vegetation. Interested parties must register with the System for Award Management (SAM) under NAICS code 115310 and submit their Unique Entity Identifier (UEID) and CAGE Code via email to the primary contacts, Kayla Rogers and Jeffery Frans, by the specified deadline.
    Grounds Maintenance Services, Colebrook River Lake, Colebrook, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for grounds maintenance services at Colebrook River Lake in Colebrook, Connecticut. The contract requires the provision of all labor, equipment, materials, and transportation necessary to maintain approximately 4.75 acres of fine lawn, perform rough mowing on 1.5 acres, and conduct 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 under the NAICS code 561730, with a size standard of $9.5 million, emphasizing the importance of maintaining the landscape for environmental and recreational purposes. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Buyer not available
    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.
    F--Invasive Species Control, Missisquo NWR, VT
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for invasive species control at the Missisquoi National Wildlife Refuge in Swanton, Vermont. The project aims to eradicate invasive plant species across approximately 41 acres of grasslands, with a performance period scheduled from July 1 to July 20, 2026. This initiative is crucial for improving habitat for nesting birds and ensuring environmental sustainability. Interested small businesses must submit their quotes by December 8, 2025, at 2:00 PM EST, and can direct inquiries to Contract Specialist Fred Riley at fredriley@fws.gov or by phone at 413-253-8738.
    F--Invasive Species Treatment at Coldwater River NWR
    Buyer not available
    The U.S. Fish and Wildlife Service is seeking qualified contractors for the Invasive Species Treatment at Coldwater River National Wildlife Refuge in Grenada, Mississippi. The project involves the removal of invasive Chinese tallow trees across a 56-acre area, with a goal of achieving a 95% control rate within four to six months post-treatment, utilizing approved herbicides and adhering to environmental protection guidelines. This small business set-aside contract, with an estimated performance period from January 5, 2026, to September 30, 2026, emphasizes technical and past performance in its evaluation criteria, with quotes due by December 22, 2025. Interested parties should contact Contract Specialist Fred Riley at fredriley@fws.gov for further details and ensure they acknowledge the solicitation amendment by the specified deadline.
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Buyer not available
    The U.S. Army Corps of Engineers - New England District is seeking qualified contractors to provide snow removal and sanding services at Black Rock Lake, Northfield Brook Lake, and Thomaston Dam in Thomaston, Connecticut. The contractor will be responsible for supplying all necessary equipment, materials, labor, and transportation to perform these services in accordance with the Performance Work Statement. This procurement is crucial for maintaining safe access and operational efficiency during winter months at these facilities. 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 8, 2025. Interested vendors must have an active registration in SAM.gov at the time of submission to be considered, and questions regarding the procurement will only be addressed after the solicitation is posted.
    Intermountain Stewardship BPA
    Buyer not available
    The U.S. Department of Agriculture, Forest Service is seeking proposals for the Intermountain Stewardship Blanket Purchase Agreement (BPA), aimed at enhancing forest health and managing hazardous fuels across multiple National Forests in Idaho, Nevada, Utah, and Wyoming. The BPA will facilitate various stewardship activities, including timber removal, road maintenance, and restoration projects, with a focus on sustainable forest management and wildfire risk reduction. This initiative is critical for supporting local economies and ensuring compliance with federal environmental regulations. Interested contractors must submit their proposals by April 12, 2023, and are required to be registered in the System for Award Management (SAM) to be eligible for award. For further inquiries, contact Matt Daigle at matthew.daigle@usda.gov or Mark T. Phillipp at mark.phillipp@usda.gov.
    TIMBER CRUISE SERVICES ATCHAFALAYA BASIN FLOODWAY SYSTEM PROJECT FLOWAGE, DEVELOPMENTAL CONTROL AND ENVIRONMENTAL PROTECTION EASEMENT ACQUISITIONS
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New Orleans District, is seeking Women-Owned Small Businesses (WOSB) to provide timber cruise services for the Atchafalaya Basin Floodway System (ABFS) project. The objective is to establish a list of Blanket Purchase Agreement (BPA) holders for future Request for Quotes (RFQs) related to easement acquisitions, where contractors will assess forest value under specific government-imposed harvesting restrictions. This procurement is crucial for ensuring accurate valuations and compliance with environmental protections, with a BPA ceiling of $1,000,000.00 and an estimated performance period from December 2025 through December 2030. Interested parties should express their interest and qualifications to the primary contact, Cori A. Caimi, at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352.
    Herbicide Application Services for Canton Lake, OK
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Southwestern Division, is seeking qualified contractors to provide herbicide application services for Canton Lake, Oklahoma. This procurement aims to maintain the landscaping and groundskeeping of the area, which is essential for environmental management and recreational purposes. The solicitation will be issued as a 100% Small Business set-aside, with a contract awarded on a Firm-Fixed Price basis for one base period and four option periods, anticipated to be valued around $72,170 based on previous contracts. Interested parties should monitor the Procurement Integrated Enterprise Environment (PIEE) website for updates, with the solicitation expected to be issued on or about December 12, 2025, and closing on or about January 12, 2026. For further inquiries, contact Cheyenne Redemann at cheyenne.a.redemann@usace.army.mil or call 918-669-7073.