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 the Control of Aquatic Invasive Plant Species 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 aquatic plants and conduct comprehensive surveys. Proposals are due April 29, 2026, at 2:00 PM Eastern.
Scope of Work
The work involves furnishing all materials, equipment, and labor for:
- Buffumville Lake: Systematic aquatic herbicide application across approximately 24.24 acres to control Fanwort (using Granular Fluridone in two applications over 21.52 acres) and Spiny Naiad (using Liquid Diquat Dibromide in one application over 2.72 acres). This also includes a full lake comprehensive invasive plant species survey (approx. 200 acres) with a detailed final report and a follow-up visual survey with a Chemical Efficacy Report 60 days post-application.
- French River (Hodges Village Dam): A partial river, all-inclusive invasive aquatic plant species survey on approximately 3.3 river miles, from Greenbriar Park to Hodges Village Dam. This includes hand removal of all Water Chestnut found, ensuring roots and seed pods are removed, and off-site disposal. A final comprehensive report and maps of species presence are required.
- General Requirements: Adherence to USACE Safety and Occupational Health Requirements (EM 385-1-1), OSHA, federal, state, and local regulations. 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. Contractors must obtain necessary state approvals for rare and protected species and submit pre-work/post-work documentation.
Contract Details
- Contract Type: Solicitation (Firm Fixed Price for listed items)
- Period of Performance: From contract award to September 30, 2026.
- NAICS Code: 541990 (Other Scientific and Technical Consulting Services)
- Small Business Size Standard: $19.5 Million
Submission & Evaluation
- Offer Due Date: April 29, 2026, at 2:00 PM Eastern.
- Submission Method: Via email to the Contract Specialist, Jennifer M. Samela.
- Mandatory Requirement: Vendors must complete and submit the "Solicitation Survey" with their quote, providing company, experience, personnel, and past performance details. Certifications/licenses are required, and submissions with certifications will be rated higher.
- Evaluation Factors: Technical, Price, and Past Performance.
- Amendment Acknowledgment: Offerors must submit signed copies of all material amendments; failure to do so may result in quotes being deemed non-responsive. Amendment 0001 adds FAR Clause 52.222-90.
- SAM.gov Registration: Active SAM.gov registration is mandatory at the time of submission.
Eligibility
This acquisition is a Total Small Business Set-Aside.
Additional Notes
A site visit is recommended to understand the scope and existing conditions. Interested vendors should review the "Addendum to 52.212-1" and "Addendum to Evaluation" for detailed instructions. Contact Aidan Buck for site visits and technical inquiries.