Chemical Vegetation Control Services, Hopkinton Lake, Hopkinton, NH and Everett Lake, Weare, NH
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), specifically the W2SD ENDIST NEW ENGLAND office under the Department of Defense, is soliciting proposals for Chemical Vegetation Control Services at the Hopkinton Lake and Everett Lake Project in Hopkinton and Weare, New Hampshire. This is a Total Small Business Set-Aside opportunity. The services involve chemical treatment of approximately 87.47 acres across 16 locations. Proposals are due March 19, 2026, at 2:00 PM EST.
Scope of Work
The work requires furnishing all labor, materials, transportation, permits, and equipment for chemical vegetation control. Treatment areas include rip-rap stone around the Hopkinton and Everett Dams, Canal, Weirs, Dikes, and vegetative growth in the Hopkinton Dam Spillway and Elm Brook Park areas. The target vegetation includes woody vegetation, invasive plant species, noxious weeds, and grasses. Specific locations include Dike H-2, Dike H-3, Elm Brook Park Well, North Weir, South Weir, Everett Dam spillway, Dike P-1, Dike P-2, and various Elm Brook Park facilities. A "3 Foot Treatment Buffer Extending Out From Rip Rap Edge" is specified for rip-rap areas.
Key Requirements & Deliverables
- Chemical treatment of approximately 87.47 acres across 16 locations.
- Use of State-approved chemicals and application methods.
- Mandatory submittals: Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), Site Safety and Health Officer (SSHO) Designation, First-Aid/CPR certifications, pesticide application permits, applicator licenses, Safety Data Sheets (SDS), and a Chemical Utilization Report.
- Compliance with EM 385-1-1, OSHA, and other safety regulations.
Contract Details
- Contract Type: Solicitation (Pricing is Firm Fixed Price).
- Period of Performance: Contract Award Date to October 31, 2026.
- Initial Treatment Deadline: No later than August 15, 2026.
- Work Schedule: Monday-Friday, 7:00 AM - 3:30 PM, unless approved otherwise.
- NAICS Code: 561730 (Landscaping/Groundskeeping Services).
- Small Business Size Standard: $9.5 Million.
Eligibility & Submission
- This acquisition is a Total Small Business Set-Aside.
- Mandatory: Vendors must have an active registration in SAM.gov at the time of submission; non-compliant vendors will be rejected.
- Offer Due Date: March 19, 2026, at 2:00 PM EST.
- Submission Method: Via email to the Contract Specialist, Jennifer M. Samela.
- Mandatory: A "Solicitation Survey" must be completed and returned with quotes, providing company information, experience, past performance, key personnel, and certifications/licenses.
- A site visit is highly recommended for interested vendors; no site visits will be permitted after the solicitation closes.
Evaluation
Proposals will be evaluated based on Technical capability, Price, and Past Performance. Quotes must be signed, include all amendments, and complete bid schedules to be considered responsive. Failure to comply may result in non-responsiveness.
Contact Information
- Primary Contact: Jennifer Samela
- Email: jennifer.m.samela@usace.army.mil
- Phone: 9783188324