$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 (USACE), Sacramento District, is soliciting proposals for a Multiple Award Task Order Contract (MATOC) for Mitigation and Vegetation Clearing services. This $99M program aims to support Flood Risk Management (FRM) features and mitigate environmental impacts within the Sacramento District's Area of Responsibility in California. This acquisition is a Total Small Business Set-Aside. Proposals are due March 13, 2026, at 2:00 PM local time.
Scope of Work
The MATOC will cover a range of environmental services, including vegetation clearing, habitat development, elderberry transplanting and maintenance, re-vegetation services for levee repair sites, creating and maintaining offsite mitigation sites, and native plant propagation. Other activities include excavation, erosion control, well drilling, drainage systems, invasive species management, and obtaining necessary permits. The objective is to prepare areas for FRM construction and mitigate associated environmental impacts.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC), Firm Fixed Price.
- Period of Performance: Orders may be issued for five years from the date of award. The total duration, including options, shall not exceed 66 months.
- Contract Value: The aggregate capacity for this MATOC is $99,000,000.00, shared among awardees. Individual task orders will have a minimum of $2,000.00 and a maximum of $50,000,000.00.
- Set-Aside: Total Small Business Set-Aside (NAICS 561730, Size Standard $10,000,000).
Submission & Evaluation
Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) website in Adobe PDF format with OCR. The deadline is March 13, 2026, at 2:00 PM local time.
Evaluation will be on a Pass/Fail basis for technical factors, with price evaluated at the task order level. Award will be made to responsible offerors whose proposals are technically acceptable and most advantageous to the Government. Key evaluation factors include:
- Volume I (Technical Proposal and Past Performance Information): Limited to 30 pages.
- Factor 1: Summary of Previous Experience: Requires 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 awarded within the last 6 years and be at least 50% complete.
- Factor 2: Past Performance: Evaluated based on the four project types.
- Factor 3: Resumes of Key Personnel: Resumes for Program Manager, Contractor Quality Control Supervisor (CQCS), and Native Plant Specialist are required, with specific qualifications. Key personnel are not required to be prime contractor employees.
- Volume II (Representations, Certifications, and Other Statements of Offerors): Exempt from page count.
Additional Notes
Offerors must comply with all instructions, representations, and certifications. Failure to comply may result in ineligibility for award. The solicitation incorporates numerous FAR and DFARS clauses.