Grounds Maintenance Services, North Springfield Lake and the Upper Connecticut River Basin, VT
ID: W912WJ25QA005Type: Presolicitation
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
  1. 1
    Posted Mar 18, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 18, 2025, 12:00 AM UTC
  3. 3
    Due Not available
Description

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 public lands and adherence to safety and environmental regulations, with specific requirements for contractor personnel training and quality control measures. 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.

Point(s) of Contact
Files
Title
Posted
Apr 21, 2025, 2:04 PM UTC
The document outlines a Request for Quotations (RFQ) from the U.S. Army Corps of Engineers for grounds maintenance services at North Springfield Lake and the Upper Connecticut River Basin. Key components include the requirement for vendors to furnish all necessary equipment, materials, labor, and transportation, with a total award amount of $9,500,000. The acquisition is set to begin on 3 April 2025 and covers specific mowing and maintenance tasks across designated areas, detailing the scope of work, frequency, and sites involved. It emphasizes strict adherence to safety and environmental regulations, necessitating the submission of various plans before project commencement, such as an Accident Prevention Plan and an Activity Hazard Analysis. Requirements for contractor personnel, including certifications for safety, health, and first aid training, are mandated. The contract includes stipulations for quality control, detailed inspection protocols, and guidelines for managing other contracts that may affect the performance of this agreement. Compliance with the System for Award Management (SAM) registration is mandatory for vendors. Overall, this RFQ reflects a structured approach to ensuring high standards in service delivery while promoting small business participation and maintaining environmental safety measures.
Apr 21, 2025, 2:04 PM UTC
This document pertains to an amendment of a federal solicitation, specifically Amendment 0001. It outlines the procedures and guidelines for vendors to acknowledge the amendment regarding the solicitation for a project, which sets a closing date for submissions on April 21, 2025, at 2:00 PM Eastern time. The amendment was prompted by a request for information (RFI) from industry stakeholders and provides clarity on the current project status. Notably, the previous contract was awarded to JL Lawncare, LLC, for $76,389, indicating that there may be changes to the project’s scope. All other terms and conditions of the solicitation remain unchanged. The document emphasizes the importance of acknowledgment from offerors to ensure their submissions are considered valid. Contact information for the contracting officer is provided, facilitating communication between the government agency and potential vendors.
Apr 21, 2025, 2:04 PM UTC
This document pertains to Amendment 0002 of a federal solicitation and addresses modifications to a contract or order relevant to the procurement of services. It specifies that the deadline for offers remains April 21, 2025, at 2:00 PM Eastern time, while providing responses to industry questions received. Key queries address the existence of a current contractor, the procedure regarding site visits, and the total square footage of the facility involved. Responses clarify that details about previous contract awards are available in Amendment 0001, attendance at site visits is not mandatory according to federal regulations, and specifics on the total acreage for grounds maintenance services are outlined in the solicitation document. The amendment underscores that all other terms and conditions of the original solicitation remain unchanged. This amendment is important for potential contractors to remain informed and compliant with solicitation requirements, facilitating a fair bidding process in accordance with federal standards.
Apr 21, 2025, 2:04 PM UTC
This document serves as Amendment 0003 to a federal solicitation, primarily addressing responses to industry inquiries while confirming that the proposal submission deadline remains April 21, 2025, at 2:00 PM Eastern. It establishes the procedures for acknowledging receipt of the amendment and emphasizes that the offer conditions remain unchanged unless specified otherwise. Key inquiries from the industry included questions about changes in the scope of work compared to prior contracts, with the responses underscoring the lack of information on previous contracts or performance issues, implying the new contractor must adhere strictly to the current solicitation requirements. The amendment aims to ensure transparency while clarifying expectations for prospective contractors tasked with responsibilities outlined in the solicitation. Overall, this document encapsulates procedural updates and provides crucial information regarding the bidding process, reinforcing the requirement for bidders to stay informed and compliant with the solicitation terms.
Apr 21, 2025, 2:04 PM UTC
This document pertains to Amendment 0004 of a solicitation for a construction project involving the Stoughton Pond Playground site. The amendment addresses a question from the industry regarding contractor responsibilities for disposing of removed bark mulch. The response indicates that disposal requirements are outlined in the Performance Work Statement (PWS), specifically in section 5 concerning mulching requirements. The document further details the process for acknowledging receipt of this amendment, which must be done before the specified deadline to prevent rejection of offers. It includes instructions for submitting changes to previously submitted offers and outlines the significance of maintaining the existing terms and conditions of the original solicitation while allowing for necessary clarifications. Overall, this amendment serves to clarify contractor responsibilities and ensure compliance with project specifications, underlining the importance of clear communication in federal procurement processes.
Similar Opportunities
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.
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.
Hand Pulling Milfoil, North Hartland Lake, N. Hartland, VT and North Springfield Lake, Perkinsville, VT
Buyer not available
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.
Winhall Brook Campground Restroom Renovation, Ball Mountain Lake, Londonderry, VT.
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the renovation of restroom facilities at the Winhall Brook Campground located in Londonderry, Vermont. The project involves the renovation of three restrooms that were damaged during storms in July 2023, requiring updates to fixtures, interior spaces, and the construction of new shower stalls, which will necessitate alterations to the roofline. This renovation is crucial for restoring public amenities and enhancing visitor experiences at the campground, with an estimated project cost between $500,000 and $1,000,000. Interested contractors, particularly small businesses, must submit their sealed offers by April 29, 2025, and can direct inquiries to Ann Adley at ann.m.adley@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL for further details.
Recreation Area Paving and Parking Space Striping, 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 issuing a presolicitation notice for a contract focused on recreation area paving and parking space striping at North Hartland Lake in Vermont. The project entails the reclamation of existing asphalt, installation of hot mix bituminous concrete pavement, and parking space striping, with an optional task for additional work at the handicap parking area. This construction effort is crucial for maintaining and enhancing recreational facilities, with an estimated contract value between $100,000 and $250,000. Interested small business vendors must ensure they have an active registration in SAM.gov and await the solicitation documents, expected to be available around April 25, 2025; inquiries during the presolicitation phase will not be addressed.
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.
Maintenance of Boundary Line - Green River Lake
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for the maintenance of boundary lines at Green River Lake in Campbellsville, Kentucky. The project involves inspecting and marking government fee boundary lines in Taylor and Adair counties, with contractors responsible for providing personnel, tools, and transportation, while the government will supply boundary sleeves and placards. This contract, valued at approximately $9.5 million, is set aside for small businesses under the NAICS code 561730 (Landscaping Services) and must be completed by March 30, 2026. Interested contractors should contact Joel Huberman at joel.huberman@usace.army.mil or 502-315-7409 for further details and ensure compliance with wage determinations and federal contracting regulations.
Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for an environmental services contract focused on Remedial Action Operations at the former Fort Devens and the Sudbury Training Annex in Massachusetts. This contract, valued at $25 million, will encompass a range of activities including long-term monitoring, operations and maintenance, remedial action operations, and community relations support, particularly addressing contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkylated substances (PFAS). The selected contractor will play a crucial role in ensuring compliance with federal environmental regulations and safeguarding public health at these historically contaminated sites. Interested parties should contact Brian Mannion at brian.t.mannion@usace.army.mil or Erin Bradley at ERIN.E.BRADLEY@USACE.ARMY.MIL, with the contract expected to be awarded within a five-year ordering period and set aside for small businesses under the SBA 8(a) program.
Recreation Area Janitorial Services, Indian Hollow Campground, Knightville Dam, Chesterfield, MA
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting proposals for janitorial services at the Indian Hollow Campground located in Chesterfield, MA. The contract requires the provision of labor, equipment, materials, and transportation to maintain cleanliness in a Comfort Station Restroom and Shower Facility, which includes separate male and female areas. This procurement is crucial for ensuring high hygiene standards for visitors to the campground, emphasizing the importance of maintaining recreational facilities. 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.
Installation of Concrete Pads, Utilities, and Provision and Installation of Prefabricated Shelter, Townshend Lake, Townshend, VT
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting bids for the installation of concrete pads, utilities, and the provision and installation of a prefabricated shelter at Townshend Lake in Townshend, Vermont. The project involves reestablishing existing water, sewer, and electric connections, installing new concrete pads, and procuring and installing a fiberglass shelter, all aimed at enhancing recreational facilities in compliance with federal standards. This procurement is set aside for small businesses, with a contract value estimated between $25,000 and $100,000. Interested vendors must have an active registration in SAM.gov and can contact Jennifer M. Samela at jennifer.m.samela@usace.army.mil or by phone at 978-318-8324 for further details.