$99M SPK Mitigation and Vegetation Clearing MATOC
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Army Corps of Engineers, Sacramento District (USACE) is soliciting proposals for a $99,000,000 Multiple Award Task Order Contract (MATOC) for Mitigation and Vegetation Clearing services. This Total Small Business Set-Aside opportunity aims to establish a pool of qualified contractors to perform environmental services within the Sacramento District's Area of Responsibility in California. Proposals are due March 13, 2026, at 2:00 PM Local Time.
Scope of Work
This MATOC will cover a broad range of environmental services primarily focused on Flood Risk Management (FRM) features. Key activities include vegetation clearing, habitat development, elderberry transplanting and maintenance, re-vegetation services for levee repair sites, creating and maintaining offsite mitigation sites, native plant propagation, excavation, erosion control, well drilling, and invasive species management. Contractors must comply with USACE EM 385-1-1 and other applicable safety and environmental regulations.
Contract Details
- Contract Type: Firm Fixed-Price Multiple Award Task Order Contract (MATOC).
- Total Program Value: Aggregate capacity of $99,000,000 shared among awardees.
- Individual Contract Value: Minimum $2,000, maximum $50,000,000 per awardee.
- Period of Performance: Five-year ordering period from the date of award.
- Place of Performance: USACE Sacramento District's Area of Responsibility in California.
- NAICS Code: 561730 (Landscaping Services), Size Standard $10,000,000.
Eligibility & Evaluation
This acquisition is a Total Small Business Set-Aside. Proposals will be evaluated on a Pass/Fail basis for technical factors, with price evaluated at the task order level. Key evaluation factors include:
- Previous Experience: Offerors must demonstrate experience in four specific areas: Mitigation (min. $600k, 5 acres), Wetland/Riparian Restoration (min. $350k, 3 acres), Vegetation Clearing (min. $350k, 3 acres), and Elderberry Transplanting (min. $250k, 40 elderberries). Projects must be awarded within the last 6 years and be at least 50% complete.
- Past Performance: Evaluated based on the four project types.
- Key Personnel: Resumes are required for Program Manager, Contractor Quality Control Supervisor (CQCS), and Native Plant Specialist, meeting specific qualifications. Notably, key personnel are no longer required to be employees of the prime contractor.
Submission Requirements
- Proposal Due Date: March 13, 2026, at 2:00 PM Local Time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) website in Adobe PDF format with OCR applied.
- Page Limits: Volume I (Technical Proposal and Past Performance Information) is limited to 30 pages.
- Amendments: Offerors must acknowledge and submit signed versions of all three amendments (0001, 0002, and 0003) with their submittal. FAR Clause 52.219-14, Limitations on Subcontracting, has been incorporated.