Mechanical Vegetation Removal Services, Naugatuck River Basin, Various locations in CT
ID: W912WJ25A0003Type: 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, New England District, is soliciting quotes for mechanical vegetation removal services in the Naugatuck River Basin, Connecticut. Contractors are invited to submit fixed-price quotes for a Blanket Purchase Agreement (BPA), which will facilitate the management of vegetation through environmentally responsible methods, with a performance period from February 18, 2025, to February 17, 2028. The total funding cap for this procurement is set at $250,000, with individual BPA calls not exceeding $25,000. Interested contractors must submit their quotes by February 14, 2025, and can direct inquiries to Contract Specialist Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation for Mechanical Vegetation Removal Services related to the Naugatuck River Basin, issued by the U.S. Army Engineer District, New England. The amendment responds to industry inquiries, specifically about previously awarded Blanket Purchase Agreements (BPAs) for the same services. Three contracts were awarded to North-Eastern Tree Service, Inc., Bart’s Tree Service, and Russell Tree Experts LTD. However, as BPAs do not obligate funds, the government cannot disclose any awarded values or contractor pricing. The closing date for submissions remains unchanged as February 12, 2025, at 5:00 PM Eastern Time. Overall, this amendment clarifies details regarding the solicitation and addresses industry questions while ensuring all other terms and conditions remain the same.
    The document is an amendment to the solicitation for a government contract, specifically concerning Mechanical Vegetation Removal Services in the Naugatuck River Basin. Issued by the U.S. Army Engineer District, New England, this amendment extends the response deadline from February 12, 2025, to February 14, 2025, at 5:00 PM Eastern Time. The amendment provides answers to three industry questions regarding previously awarded Blanket Purchase Agreements (BPAs), project blueprints, and the limitations on BPA calls. It clarifies that the government awarded three BPAs without a specific monetary obligation, meaning unit pricing is confidential. While no blueprints accompany the current solicitation, maps will be released when BPA calls are made. Additionally, it specifies that no individual BPA call will exceed $25,000, with a total cap of $250,000 for all calls under the Master BPA. This document ensures transparency and clarity for interested contractors, maintaining all other original solicitation terms unchanged.
    The U.S. Army Corps of Engineers, New England District, is soliciting quotes for mechanical vegetation removal services for the Naugatuck River Basin in Connecticut. This notice invites contractors to review the draft Blanket Purchase Agreement (BPA) and submit fixed-price quotes with a detailed price breakdown by February 12, 2025. Up to three BPAs will be awarded from this solicitation. It is important to note that submitting a quote does not guarantee a contract award, as the government is only obligated to costs incurred under the BPA for actual purchases. The contact for submission and inquiries is Contract Specialist Alicia LaCrosse. This solicitation reflects the government's ongoing effort to manage vegetation through mechanical means, highlighting the importance of environmentally responsible management in federal land projects.
    The document outlines a Request for Quotations (RFQ) for a Blanket Purchase Agreement (BPA) to provide Mechanical Vegetation Removal Services in the Naugatuck River Basin, Connecticut. It establishes a Master Dollar Limit of $250,000 and a Call Limit of $25,000, with a performance period from February 18, 2025, to February 17, 2028. The RFQ details the instructions to vendors, emphasizing compliance with all solicitation terms and conditions, including timely quote submissions, SAM registration, and adherence to safety regulations. The contractor is responsible for providing labor, equipment, and materials essential for executing various vegetation control tasks, such as tree removal and forestry clearing. Deliverables must adhere to specified safety and environmental standards. Invoices for services must include comprehensive details, ensuring transparency and alignment with contract expectations. Security protocols and training requirements are outlined for contract personnel, emphasizing their critical role in ensuring the safety of USACE installations. Additionally, the document integrates mandatory clauses governing contractor obligations, with a focus on compliance, quality assurance, and operational safety. The overall purpose is to articulate a comprehensive framework for engaging contractors in vegetation management while ensuring governmental standards are met.
    Similar Opportunities
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield, CT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking contractors for Chemical Vegetation Control Services at the Mansfield Hollow Lake Project in Mansfield, CT. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform maintenance spraying and spot treatments of vegetation across approximately 50 acres, including rock slopes and dam structures. This service is crucial for maintaining the integrity and safety of the dam and surrounding areas. The solicitation is set to be released on or about February 21, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Boundary Maintenance Services, East Brimfield Dam, Sturbridge, Brimfield, and Holland, MA
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is seeking contractors for Boundary Maintenance Services at the East Brimfield Dam, located in Sturbridge, Brimfield, and Holland, Massachusetts. The primary objective of this procurement is to provide comprehensive boundary maintenance, which includes identifying, clearing, and marking the U.S. Army Corps of Engineers (USACE) Fee Property Boundary, while documenting findings such as missing or damaged monuments and encroachments with photographic evidence. This service is crucial for maintaining the integrity of USACE property lines and ensuring compliance with federal regulations. The solicitation is set to be released on or about February 18, 2025, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Boundary Maintenance Services, Westville Lake, Southbridge, MAMA
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking contractors for Boundary Maintenance Services at Westville Lake in Southbridge, Massachusetts. The primary objective of this contract is to provide identification, clearing, and marking of USACE Fee Property boundaries, covering approximately 11.82 miles, with an optional task for an additional 8.15 miles. This service is crucial for maintaining the integrity and visibility of property lines managed by the Corps. The solicitation is set to be released on or about February 20, 2025, and interested vendors must have an active registration in SAM.gov to be eligible for consideration. For further inquiries, contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Grounds Maintenance Services, Thomaston Dam Unit, Thomaston, Goshen, CT
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide grounds maintenance services at the Thomaston Dam Unit located in Thomaston, Goshen, Connecticut. The procurement aims to ensure the upkeep and aesthetic maintenance of the grounds, which is crucial for the operational integrity and environmental management of the facility. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), with the relevant NAICS code being 561730 for Landscaping Services. Interested parties can reach out to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
    Hensley Lake Vegetation Reduction
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers in Sacramento, is soliciting proposals for vegetation reduction services at Hensley Lake in California. The contract, designated as a Total Small Business Set-Aside, requires bidders to provide a comprehensive plan for vegetation management, including pre-work meetings and two primary service executions, with options for additional services in subsequent years. This initiative is crucial for maintaining environmental compliance and enhancing the recreational facilities at the site, which includes various water resources and campgrounds. Interested contractors must submit their proposals by 11:00 AM on February 27, 2025, and can direct inquiries to Antonina Beal at antonina.beal@usace.army.mil or Ray Greenheck at Raymond.R.Greenheck@usace.army.mil for further clarification.
    Winhall Brook Stream Bank Stabilization, Ball Mountain Lake, Jamaica, VT
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting quotations for a stream bank stabilization project at Winhall Brook, located at Ball Mountain Lake in Jamaica, Vermont. The project requires the stabilization of 210 feet of stream bank, which includes the construction of a toe wall and the application of rip rap slopes, adhering to the Vermont Rivers and Roads Field Manual standards. This initiative is crucial for mitigating erosion and enhancing the ecological stability of the area while ensuring compliance with environmental regulations and safety standards. Interested contractors must submit their quotations by the specified deadline, and for further inquiries, they can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    Spillway Dam Gallery Paint Removal, Buffumville Lake, Charlton, MA
    Buyer not available
    The U.S. Army Corps of Engineers – New England District is issuing a presolicitation notice for a federal contract focused on the removal of paint from the Spillway Dam Gallery at Buffumville Lake in Charlton, MA. The project entails comprehensive paint removal from concrete surfaces within the Access and Operating Galleries, sealing of an actively leaking wall crack, and the application of protective coatings, with optional work in the Lower Basement of the Control House. This procurement is crucial for maintaining the structural integrity and safety of the dam, with an estimated contract value between $100,000 and $250,000. Interested small business vendors must ensure active registration in SAM.gov and await the solicitation documents, which will be available around February 18, 2025; inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
    Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers New England District, is seeking qualified small businesses for a Design Build Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) valued at up to $90 million. This contract will encompass design and construction services for various projects, including new construction, rehabilitation, and maintenance of both vertical and horizontal structures across the North Atlantic Division Area of Responsibility. Task orders are expected to range from $3 million to $10 million, with a contract ordering period of five years. Interested parties should note that this is a presolicitation notice, and the Request for Proposal (RFP) will be available in early February 2025; inquiries can be directed to Ann Murphy Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
    F014--631-25-2-4808-0007: Tree Removal (VA-25-00034015)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for tree removal services at the Edward P. Boland Veteran Affairs Medical Center in Leeds, Massachusetts. The project involves the removal of nine trees and the grinding of stumps to six inches below ground, with a focus on compliance with VHA, OSHA, EPA, and state regulations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and emphasizes the importance of environmental compliance and professional execution of services. Interested contractors must submit their quotes by February 21, 2025, with the contract expected to be awarded for a firm-fixed price and a performance period from March 1, 2025, to February 28, 2026. For inquiries, contractors can contact Shawn Lawrence at david.valenzuela2@va.gov or call 203-932-5711.
    Mowing, Maintenance, Cleaning & Herbicide IDIQ at Carr Creek Lake
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified small businesses to provide mowing, maintenance, cleaning, and herbicide application services at Carr Creek Lake in Kentucky. The procurement involves a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with a minimum service commitment of $5,759.12 for the base period extending through December 31, 2025, and options for additional service years through December 2029. This initiative aims to ensure the upkeep of public recreational areas while promoting economic opportunities for small businesses, particularly those owned by women. Interested parties must submit their quotes electronically by March 3, 2025, and are encouraged to register in the System for Award Management (SAM) to be eligible for bidding. For further inquiries, contact Alyson Klinglesmith at alyson.m.klinglesmith@usace.army.mil or call 502-315-6463.