Boundary Maintenance Services, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
SOL #: W912WJ26QA048Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States
Place of Performance
Place of performance not available
NAICS
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 11, 2026
2
Last Updated
Feb 11, 2026
3
Submission Deadline
Feb 23, 2026, 7:00 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), New England District, is soliciting proposals for Boundary Maintenance Services at Buffumville Lake, Charlton, MA, and Hodges Village Dam, Oxford, MA. This Total Small Business Set-Aside requires contractors to locate, mark, and clear brush along approximately 9.5 miles of federal boundary lines and provide detailed reports. Award will be based on price alone. Quotes are due February 12, 2026, at 02:00 PM EST.
Scope of Work
- Perform boundary maintenance along approximately 4.0 miles at Buffumville Lake and 5.5 miles at Hodges Village Dam.
- Locate, mark, and clear brush, maintaining a four-foot wide line of sight. This includes cutting branches and trees up to three inches in diameter, with stumps no higher than three inches above ground.
- Repaint or add blazes to trees (e.g., 6-inch face blaze, 3-inch red and white stripes, 5 feet high) and place signs or fiberglass stakes with decals. All blazes must face adjacent property.
- Provide a written report with photographic evidence of findings, including missing/damaged monuments, encroachments, and trespasses. A photo album of every located monument is required.
- The contractor is responsible for all labor, equipment, materials, transportation, planning, scheduling, administration, inspection, personnel, supervision, and quality control.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: 120 days from contract award.
- Work Schedule: Monday through Friday, 7:00 AM to 3:30 PM, unless otherwise approved.
- NAICS Code: 561730 (Landscaping Services)
- Small Business Size Standard: $9.5 Million
Submission & Evaluation
- Basis of Award: Price alone.
- Quotes Due: February 12, 2026, at 02:00 PM EST.
- Submission: Quotes must be submitted via email to the Contract Specialist.
- Eligibility: Vendors must have an active registration in SAM.gov at the time of submission.
- Pre-work Submittals: Required within 21 days of contract award (e.g., Accident Prevention Plan, Activity Hazard Analysis, SSHO Designation Letter) and must be accepted before field work begins.
Safety & Compliance
- Adherence to USACE Safety and Occupational Health Requirements (EM 385-1-1) and all applicable OSHA, federal, state, and local safety regulations.
- Preparation and submission of a site-specific Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and Site Safety and Health Officer (SSHO) Designation Letter.
Additional Notes
- A site visit is encouraged and can be arranged by contacting Aidan Buck.
- Government-furnished materials include BLM-01 type signs and fiberglass stakes.
- The scope of work may differ from previous contracts.
People
Points of Contact
Jennifer SamelaPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 2
Solicitation
Posted: Feb 11, 2026
Version 1Viewing
Solicitation
Posted: Feb 11, 2026