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 vendors to manage invasive species and conduct comprehensive surveys. Proposals are due April 29, 2026, at 2:00 PM ET.
Scope of Work
The work involves two primary locations:
- Buffumville Lake:
- Application of granular Fluridone and liquid Diquat Dibromide herbicides to control Fanwort, Eurasian Milfoil, and Spiny Naiad across approximately 24.24 acres.
- Conduct a comprehensive invasive plant species survey of the entire 200-acre lake, including a detailed report and maps.
- Perform a follow-up visual survey and Chemical Efficacy Report 60 days post-application.
- French River (Hodges Village Dam):
- Conduct an invasive aquatic plant species survey along approximately 3.3 river miles.
- Perform hand removal of Water Chestnut, ensuring roots and seed pods are removed, and dispose of material off-site.
- Submit a detailed report and maps of species presence.
General requirements include adherence to USACE Safety and Occupational Health (EM 385-1-1) and OSHA standards, development of an Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), employment of a Level 3 Site Safety and Health Officer (SSHO), and provision of certified First Aid and CPR personnel. Vendors must also obtain necessary state approvals for rare and protected species.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: From contract award through September 30, 2026
- Set-Aside: Total Small Business
- NAICS Code: 541990 (Other Scientific and Technical Consulting Services)
- Size Standard: $19.5 Million
Submission & Evaluation
- Offer Due Date: April 29, 2026, at 02:00 PM ET
- Submission Method: Via email to the Contract Specialist, Jennifer M. Samela (jennifer.m.samela@usace.army.mil).
- Evaluation Factors: Technical, Price, and Past Performance.
- Mandatory Submission: A "Solicitation Survey" must be completed and submitted, detailing company information, experience (including federal contracts), personnel, certifications (e.g., State Applicator's License, First Aid/CPR), and past performance (up to three contracts). Submissions with certifications will be rated higher.
- Key Requirement: Vendors must have an active SAM.gov registration at the time of submission. A site visit is recommended.