$99M SPK Mitigation and Revegetation MATOC

SOL #: W9123826RA009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W075 ENDIST SACRAMENTO
SACRAMENTO, CA, 95814-2922, United States

Place of Performance

Sacramento, CA

NAICS

Landscaping Services (561730)

PSC

Other Environmental Services, Studies, And Analytical Support (F999)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Feb 20, 2026, 10:00 PM

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 Department of the Army, USACE Sacramento District, is soliciting proposals for a Small Business Multiple Award Task Order Contract (MATOC) for Mitigation and Revegetation Services within its Area of Responsibility in California. This MATOC, with a maximum value of $50,000,000, aims to cover efforts related to Flood Risk Management (FRM) features and their associated mitigation impacts. Proposals are due by 20 February 2026.

Scope of Work

This MATOC will encompass a broad range of environmental services. Key services include:

  • Mitigation, wetland/riparian restoration, and habitat development.
  • Vegetation clearing and re-vegetation services for levee repair sites.
  • Elderberry transplanting and maintenance.
  • Creating and maintaining offsite mitigation sites.
  • Native plant propagation.
  • Ancillary activities such as excavation, erosion control, well drilling, and invasive species management.

Contract Details

  • Contract Type: Multiple Award Task Order Contract (MATOC).
  • Period of Performance: Orders may be issued from the date of award through five years from the date of award.
  • Contract Value: Minimum $2,000.00, with a maximum total contract value of $50,000,000.00. Individual task orders will have a minimum of $225,000 and a maximum of $50,000,000.
  • Set-Aside: Small Business (NAICS 561730, Size Standard $10,000,000).
  • Place of Performance: USACE Sacramento District's Area of Responsibility in California.

Key Requirements & Evaluation

Proposals will be evaluated on a Pass/Fail basis for technical factors. Price will be evaluated at the task order level.

  • Previous Experience (Pass/Fail): Offerors must submit four projects demonstrating experience in 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 within the last 6 years and at least 50% complete.
  • Past Performance (Pass/Fail): Evaluated based on the four project types, potentially using CPARS.
  • Key Personnel (Pass/Fail): Resumes required for Program Manager, Contractor Quality Control Supervisor (CQCS), and Native Plant Specialist, meeting specific education and experience requirements.
  • Special Requirements: Compliance with USACE EM 385-1-1 safety regulations and environmental regulations (e.g., Valley Elderberry Longhorn Beetle, SWPPP/QSP/QSD). Contractors must report labor hours via the CMR system.

Submission & Deadlines

  • Questions Due: 14 February 2026.
  • Proposals Due: 20 February 2026, 14:00 Local Time.
  • Submission Method: Electronic via the Procurement Integrated Enterprise Environment (PIEE) website in Adobe PDF format with OCR. Volume I (Technical Proposal and Past Performance) is limited to 30 pages.
  • Contact: Primary point of contact is Sean Summer (sean.a.summer@usace.army.mil).

Ordering Procedures

This document outlines the process for task order issuance. All MATOC holders will receive a fair opportunity to compete for task orders exceeding $2,500. Task order RFPs will specify scope, location, and requirements. Proposals will be firm-fixed-price and may require itemized price breakouts. An Ombudsman is available for fair opportunity complaints.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 10
Solicitation
Posted: Mar 10, 2026
View
Version 9
Solicitation
Posted: Mar 6, 2026
View
Version 8
Solicitation
Posted: Mar 6, 2026
View
Version 7
Solicitation
Posted: Mar 4, 2026
View
Version 6
Solicitation
Posted: Feb 26, 2026
View
Version 5
Solicitation
Posted: Feb 3, 2026
View
Version 4
Solicitation
Posted: Jan 29, 2026
View
Version 3
Solicitation
Posted: Jan 26, 2026
View
Version 2
Solicitation
Posted: Jan 23, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 23, 2026