Hand-Pulling Eurasian Watermilfoil, North Hartland Lake, North Hartland, VT and North Springfield Lake, Springfield, VT

SOL #: W912WJ26QA076Solicitation

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

All Other Professional (541990)

PSC

Other Natural Resources And Conservation Services (F099)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 23, 2026
2
Last Updated
Apr 21, 2026
3
Submission Deadline
Apr 21, 2026, 6:00 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 hand-pulling Eurasian watermilfoil at North Hartland Lake, North Hartland, VT and Stoughton Pond (North Springfield Lake), Springfield, VT. This is a Firm Fixed-Price contract, set aside for Small Businesses, requiring manual removal of the invasive species. Proposals are due April 21, 2026.

Scope of Work

The work involves furnishing all labor, equipment, and transportation necessary for the manual hand-pulling of Eurasian watermilfoil. Key requirements include:

  • Locations: North Hartland Lake (approx. 2 acres) and Stoughton Pond (approx. 1 acre) for the base contract, with options for additional acres. Specific areas are detailed in attached maps.
  • Methodology: Manual hand-pulling by trained crews. No snorkeling or SCUBA diving is permitted, and water depth is assumed to be less than or equal to 4 feet.
  • Disposal: Harvested plants must be transported to and disposed of at an offsite location.
  • Safety: Strict adherence to U.S. Army Corps of Engineers Safety and Occupational Health Requirements (EM 385-1-1), OSHA, and other applicable safety regulations. Requires an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and a Site Safety and Health Officer (SSHO).
  • Personnel: Minimum personnel requirements, employee conduct standards, and removal procedures are detailed. First Aid and CPR certified personnel are required.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: From contract award through October 31, 2026, with field work specifically scheduled from July 1, 2026, through October 31, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 541990 (All Other Professional, Scientific, and Technical Services) with a size standard of $19.5 Million.

Submission & Evaluation

  • Offer Due Date: April 21, 2026, at 2:00 PM EST.
  • Submission Method: Quotes must be submitted via email to the Contract Specialist, Jennifer M. Samela (jennifer.m.samela@usace.army.mil).
  • Evaluation Factors: Proposals will be evaluated based on Technical capability, Price, and Past Performance.
  • Mandatory Requirement: Completion and submission of the "Solicitation Survey" is required with the quote. This survey collects critical information on company details, experience, personnel, certifications (e.g., First Aid/CPR, Boat Operator), and past contract references. Submissions with certifications will be rated higher.
  • Site Visits: Vendors are encouraged to contact the Technical Points of Contact (TPOCs) to arrange site visits.
  • Registration: All vendors must have an active registration in SAM.gov at the time of submission to be considered.

Additional Notes

Refer to "Addendum to 52.212-1" and "Addendum to Evaluation" for detailed instructions and criteria. All material amendments must be signed and submitted with quotes.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Apr 21, 2026
View
Version 2Viewing
Solicitation
Posted: Apr 8, 2026
Version 1
Pre-Solicitation
Posted: Mar 23, 2026
View