Hand Pulling Milfoil, North Hartland Lake, N. Hartland, VT and North Springfield Lake, Perkinsville, VT
ID: W912WJ25QA007Type: Solicitation
Overview

Buyer

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

NAICS

All Other Professional, Scientific, and Technical Services (541990)

PSC

OTHER ENVIRONMENTAL SERVICES (F999)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 10, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 6:00 PM UTC
Description

The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the hand-pulling of Eurasian watermilfoil at North Hartland Lake and Stoughton Pond in Vermont. The project requires vendors to furnish all necessary labor, equipment, and transportation to effectively manage and control the invasive milfoil species, which poses a threat to local ecosystems and recreational activities. This initiative underscores the government's commitment to environmental conservation and the health of these water bodies, with the work contributing to the preservation of natural habitats. Interested small business vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.

Point(s) of Contact
Files
Title
Posted
Apr 10, 2025, 5:05 PM UTC
The U.S. Army Corps of Engineers has outlined a Performance Work Statement for the removal of Eurasian watermilfoil in North Hartland and North Springfield Lakes, located in Vermont. The document includes various informational maps that detail the bathymetry, specific areas designated for milfoil removal, and the density of watermilfoil in both lakes. The primary objective is to manage and control the invasive milfoil species in these water bodies, which can disrupt local ecosystems and recreational activities. The outlined work will contribute to conserving the lakes' natural habitats and improving their overall health. This initiative highlights the government's commitment to addressing environmental concerns through targeted removal efforts in collaboration with local stakeholders.
Apr 10, 2025, 5:05 PM UTC
Similar Opportunities
Aquatic Herbicide Treatment for the Control of Variable Milfoil, Hopkinton Everett Lakes, Hopkinton, NH
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking small business vendors to provide aquatic herbicide treatment for the control of variable milfoil at the Hopkinton-Everett Lakes Flood Control Project in Hopkinton, NH. The project involves furnishing all necessary materials, equipment, and labor to apply a systematic herbicide over approximately 38 acres, primarily targeting Elm Brook Pool and Drew Lake, with potential options for additional water testing and reporting. This initiative is crucial for managing the invasive variable milfoil, which threatens local ecosystems and recreational activities, thereby underscoring the federal commitment to environmental stewardship. Interested vendors must have an active registration in SAM.gov at the time of submission and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.
Milfoil Aquatic Herbicide Treatment Services, Franklin Falls Dam, Franklin, NH
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is soliciting proposals for Milfoil Aquatic Herbicide Treatment Services at the Franklin Falls Dam in Franklin, New Hampshire. The contractor will be responsible for providing all necessary materials, labor, and equipment to apply a systematic aquatic herbicide to control variable milfoil across approximately 17 acres, with potential options for additional water testing and reporting. This initiative is crucial for managing invasive aquatic species and preserving local ecosystems, reflecting the government's commitment to environmental stewardship. Interested small business vendors must have an active registration in SAM.gov and submit their proposals by the extended deadline of April 18, 2025, at 2:00 PM Eastern Time, with a total contract value of $19,500,000.
Procurement and Replacement of a Log Boom at North Hartland Lake, North Hartland, VT
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers – New England District, is seeking contractors for the procurement and replacement of a log boom at North Hartland Lake in Vermont. The project involves furnishing all necessary labor, materials, and equipment to replace various components of the log boom, including wire rope, chains, clamps, and thimbles, as well as the removal and disposal of existing materials. This work is crucial for maintaining the integrity of the lake's infrastructure and ensuring safe operations. The estimated contract value ranges from $100,000 to $250,000, with the solicitation documents expected to be available around April 24, 2025. Interested vendors must have an active registration in SAM.gov and can contact Brian Mannion at brian.t.mannion@usace.army.mil or 978-318-8478 for further information.
Control of Aquatic Invasive Plant Species, East Brimfield Lake, Fiskdale, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is seeking contractors to perform aquatic herbicide treatments at East Brimfield Lake in Fiskdale, Massachusetts, targeting invasive plant species such as fanwort and Eurasian milfoil. The project requires the application of Granular Fluridone across approximately 43 acres, with an option to treat an additional 8 acres, along with conducting a post-treatment survey to evaluate the effectiveness of the herbicide and provide future management recommendations. This initiative underscores the importance of managing aquatic invasive species to protect local ecosystems, while also promoting engagement with small businesses in federal contracting opportunities. Interested contractors must hold an active registration in the System for Award Management (SAM) and comply with safety and reporting requirements, with the project expected to continue until October 2025. For further inquiries, contact Brian Mannion at brian.t.mannion@usace.army.mil or call 978-318-8478.
Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
Buyer not available
The U.S. Army Corps of Engineers - New England District is soliciting proposals for Grounds Maintenance Services at North Springfield Lake and the Upper Connecticut River Basin in Vermont. The procurement requires vendors to provide all necessary equipment, materials, labor, and transportation to maintain designated areas, with a total award amount of $9,500,000. This contract is crucial for ensuring the upkeep of the grounds, adhering to safety and environmental regulations, and promoting small business participation. Interested parties must submit their offers by April 21, 2025, at 2:00 PM Eastern time, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or by phone at 978-318-8255.
Recreation Area Janitorial Services, North Springfield Lake, Springfield, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at the Stoughton Pond Recreation Area located at North Springfield Lake in Springfield, Vermont. The contract requires the provision of all necessary equipment, materials, labor, and transportation to maintain cleanliness and hygiene standards, including tasks such as cleaning comfort stations, picnic tables, and litter pick-up, primarily from Memorial Day to Labor Day. This procurement is set aside for small businesses under the NAICS code 561720, with a size standard of $22 million, emphasizing the federal government's commitment to maintaining public recreational spaces. Interested vendors must submit their quotes by April 24, 2025, at 2:00 PM Eastern Time, and 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.
Beach Water Sampling, Hop Brook Lake, Middlebury, CT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for swimming beach water quality testing at Hop Brook Lake in Middlebury, CT. The contract requires vendors to provide all necessary labor, equipment, and materials to conduct weekly water sampling for E. coli and cyanobacteria, ensuring compliance with safety and health standards set by the U.S. Army Corps of Engineers. This procurement is crucial for maintaining public safety and environmental quality in recreational areas, with a performance period extending from contract award through April 30, 2026, and the possibility of two option years. Interested small business vendors must have an active registration in SAM.gov and submit their quotes by the extended deadline of April 24, 2025, at 2:00 PM Eastern Time; inquiries can be directed to Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324.
Reed canary-grass Control on the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) St. Paul District, is seeking qualified contractors for the Reed canary-grass Control project as part of the Sturgeon Lake Tribal Partnership Program Island Rehabilitation Project. The objective is to control invasive species on approximately 9.5 acres of Buffalo Slough Island to support the survival and growth of planted trees, which is crucial for maintaining the ecological balance in this area of the Upper Mississippi River floodplain. This contract, set aside for small businesses under NAICS code 561730 (Landscaping Services), will be a Firm, Fixed-Price contract with a performance period from June 1, 2025, to July 30, 2027. Interested vendors must register in the System for Award Management (SAM) and can contact Scott Hendrix at scott.e.hendrix@usace.army.mil or Kenneth Eshom at kenneth.j.eshom@usace.army.mil for further details.
Grounds Maintenance Services, Birch Hill Dam and Tully Lake Dam, Royalston, MA
Buyer not available
The U.S. Army Corps of Engineers is seeking qualified contractors to provide Grounds Maintenance Services at Birch Hill Dam and Tully Lake Dam in Royalston, Massachusetts. The procurement requires the contractor to furnish all necessary equipment, materials, labor, and transportation to perform tasks such as mowing, spring and fall cleanups, and pavement sweeping, all in compliance with safety and environmental regulations. This initiative is crucial for maintaining the visual appeal and functionality of these federal recreational sites, enhancing visitor experiences while ensuring proper stewardship of public spaces. The total contract value is estimated at $9.5 million, with a performance period extending until December 2026, and interested vendors must have an active registration in SAM.gov to be considered. For further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
Herbicide Spraying for USACE Philadelphia District Field Sites
Buyer not available
The U.S. Army Corps of Engineers (USACE) Philadelphia District is soliciting bids for herbicide spraying services across five flood control projects and the Chesapeake and Delaware Canal, with a total estimated contract value of $9,500,000. The primary objective is to manage unwanted woody vegetation and invasive species to ensure the integrity of earthen structures and facilitate navigation along the canal. This contract, categorized as a Firm Fixed Price service agreement, will run from June 1 to July 31, 2025, and requires contractors to provide all necessary manpower, equipment, and materials while adhering to federal and state pesticide regulations. Interested parties should submit their quotes via email to the designated contacts, Connor Struckmeyer and Brandon Mormello, and are encouraged to monitor the SAM.gov website for updates and additional information regarding the solicitation.