$99M SPK Mitigation and Vegetation Clearing 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

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Mar 10, 2026
3
Submission Deadline
Mar 13, 2026, 9:00 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 U.S. Army Corps of Engineers (USACE) Sacramento District is soliciting proposals for a $99M 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 contractors to support Flood Risk Management (FRM) features and associated mitigation efforts 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 and landscaping services authorized via individual task orders. Key activities include:

  • Vegetation clearing and habitat development.
  • Elderberry transplanting and maintenance.
  • Re-vegetation services, including installation and maintenance of mitigation plantings.
  • Creating and maintaining offsite mitigation sites.
  • Native plant propagation.
  • Other related activities such as excavation, erosion control, well drilling, drainage systems, and invasive species management.

Contract Details

  • Contract Type: Firm Fixed-Price (FFP) Multiple Award Task Order Contract (MATOC).
  • Total Program Value: An aggregate capacity of $99,000,000.00 will be shared among awardees. Individual contracts will have a minimum value of $2,000.00 and a maximum value of $50,000,000.00.
  • Period of Performance: Orders may be issued from the date of award through five years from the date of award. The total duration, including options, shall not exceed 66 months.
  • Place of Performance: Within the USACE Sacramento District's Area of Responsibility in California.

Key Requirements

Offerors must demonstrate specific experience and qualifications:

  • Previous Experience (Pass/Fail): Four projects awarded within the last 6 years and at least 50% complete, demonstrating experience in:
    • Mitigation (min. $600,000 value, 5 acres).
    • Wetland/Riparian Restoration (min. $350,000 value, 3 acres).
    • Vegetation Clearing (min. $350,000 value, 3 acres).
    • Elderberry Transplanting (min. $250,000 value, 40 elderberries).
  • Past Performance (Pass/Fail): Evaluated based on the four project types, potentially using CPARS and other sources. A Past Performance Questionnaire (PPQ) is required.
  • Key Personnel (Pass/Fail): Resumes required for Program Manager, Contractor Quality Control Supervisor (CQCS), and Native Plant Specialist, meeting specific education and experience requirements. Key personnel are not required to be prime contractor employees.
  • Safety & Environmental: Compliance with USACE EM 385-1-1, OSHA, and environmental regulations (e.g., Valley Elderberry Longhorn Beetle, SWPPP).

Submission & Evaluation

  • Proposal Submission Deadline: 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.
  • Evaluation: Proposals will be evaluated on a Pass/Fail basis for technical factors (Previous Experience, Past Performance, Key Personnel). Price will be evaluated at the task order level.
  • Page Limits: Volume I (Technical Proposal and Past Performance Information) is limited to 30 pages. Volume II (Representations, Certifications, and Other Statements of Offerors) is exempt from page count.
  • Task Order Process: All MATOC holders will receive fair opportunity for task orders exceeding $2,500, with evaluation based on lowest price or best-value continuum.

Eligibility & Set-Aside

This acquisition is a Total Small Business Set-Aside. The applicable NAICS code is 561730 (Landscaping Services) with a size standard of $10,000,000.00. Various small business categories (HUBZone, SDVOSB, WOSB, EDWOSB) are incorporated. FAR Clause 52.219-14, Limitations on Subcontracting, applies.

Important Notes

Offerors must include a signed version of all three amendments with their submittal. The Government may make award without discussions, so proposals should be complete and fully acceptable.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 10
Solicitation
Posted: Mar 10, 2026
View
Version 9Viewing
Solicitation
Posted: Mar 6, 2026
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 1
Solicitation
Posted: Jan 23, 2026
View