Control of Aquatic Invasive Plant Species and Aquatic Surveys, Buffumville Lake, Charlton, MA and Hodges Village Dam, Oxford, MA
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), New England District, is soliciting proposals for Aquatic Invasive Plant Species Control and Aquatic Surveys at Buffumville Lake, Charlton, MA, and Hodges Village Dam, Oxford, MA. This Total Small Business Set-Aside opportunity requires services to manage invasive plant species. Offers are due April 29, 2026, at 02:00 PM.
Scope of Work
The project involves comprehensive invasive species management. At Buffumville Lake, services include systematic aquatic herbicide application for Fanwort, Eurasian Milfoil, and Spiny Naiad across approximately 24.24 acres, with specific treatments using granular Fluridone (21.52 acres) and liquid Diquat Dibromide (2.72 acres). A comprehensive aquatic invasive plant species survey of the entire 200-acre lake and a follow-up visual survey with a Chemical Efficacy Report are also required. For the French River (Hodges Village Dam), the scope includes an invasive aquatic plant survey of approximately 3.3 river miles, hand removal of Water Chestnut (ensuring roots and seed pods are removed), and off-property disposal, along with detailed reports and maps.
General requirements include strict adherence to USACE Safety and Occupational Health Requirements (EM 385-1-1) and applicable OSHA/federal/state/local regulations. Contractors must develop and implement an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), employ a Level 3 Site Safety and Health Officer (SSHO), and provide certified First Aid and CPR personnel. Obtaining necessary state approvals for rare and protected species and submitting pre-work and post-work documentation (ENG Forms, licenses, SDS, survey reports) are also mandatory.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: From contract award to September 30, 2026
- NAICS Code: 541990 (Other Scientific and Technical Consulting Services)
- Size Standard: $19,500,000.00
- Set-Aside: Total Small Business
Submission & Evaluation
- Offer Due Date: April 29, 2026, at 02:00 PM
- Submission Method: Via email to Contract Specialist Jennifer M. Samela (jennifer.m.samela@usace.army.mil)
- Evaluation Factors: Technical, Price, and Past Performance
- Key Requirements: Vendors must submit signed copies of all material amendments. Failure to do so may result in quotes being deemed non-responsive. A mandatory "Solicitation Survey" must be completed and submitted, detailing company information, experience, personnel, certifications (rated higher if submitted), and past performance.
Additional Notes
Interested vendors are strongly advised to review the "Addendum to 52.212-1" and "Addendum to Evaluation" for detailed instructions and evaluation criteria. A site visit is recommended to confirm understanding of the scope and existing conditions. The solicitation was amended to add FAR Clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors." Maps and associated data for treatment areas are provided in the "Attachments.pdf" document.