$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) has issued a Solicitation for a $99M Multiple Award Task Order Contract (MATOC) for Mitigation and Vegetation Clearing services. This Total Small Business Set-Aside opportunity covers environmental services within the Sacramento District's Civil Works Area of Responsibility in California. Proposals are due March 6, 2026, at 2:00 PM local time.
Scope of Work
This MATOC aims to support Flood Risk Management (FRM) features by providing services including:
- Vegetation clearing and habitat development.
- Elderberry transplanting and maintenance.
- Re-vegetation services for levee repair sites and mitigation plantings.
- Creation and maintenance of offsite mitigation sites.
- Native plant propagation.
- Other related activities such as excavation, erosion control, well drilling, drainage systems, and obtaining permits.
Contract Details
- Contract Type: Multiple Award Task Order Contract (MATOC), Firm Fixed Price (FFP) for individual task orders.
- Total Value: An aggregate capacity of $99,000,000.00 shared among awardees. Individual contracts have a minimum value of $2,000.00 and a maximum of $50,000,000.00.
- Period of Performance: A five-year ordering period from the date of award, with the total duration not exceeding 66 months.
- Place of Performance: USACE Sacramento District's Area of Responsibility in California.
Eligibility & Evaluation
This acquisition is a Total Small Business Set-Aside under NAICS 561730 (Landscaping Services) with a size standard of $10,000,000.00. Proposals will be evaluated 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.
- Evaluation Factors (Pass/Fail):
- Previous Experience: 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 awarded within the last 6 years and be at least 50% complete.
- Past Performance: Evaluated based on the four project types and thresholds, potentially using CPARS.
- Key Personnel: Resumes are required for Program Manager, Contractor Quality Control Supervisor (CQCS), and Native Plant Specialist, meeting specific education and experience qualifications. Key Personnel are no longer required to be prime contractor employees.
Submission Requirements
- Proposal Due Date: March 6, 2026, at 2:00 PM local time.
- Submission Method: Electronically via the Procurement Integrated Enterprise Environment (PIEE) website in Adobe PDF format with OCR.
- Page Limits: Volume I (Technical Proposal and Past Performance Information) is limited to 30 pages. Volume II (Representations, Certifications, and Other Statements) is exempt from page count.
- Attachments: Offerors must utilize the provided Past Performance Questionnaire (PPQ) and Section L Table 3 for previous experience.
Important Notes
Offerors must acknowledge all amendments and comply with all instructions. The solicitation incorporates numerous FAR and DFARS clauses, including FAR 52.219-14, Limitations on Subcontracting. The Government may make award without discussions.