Mechanical Vegetation Removal Blanket Purchase Agreement, Upper Connecticut River Basin, locations in Vermont and New Hampshire
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, New England District is soliciting proposals for Mechanical Vegetation Removal Services in the Upper Connecticut River Basin, Vermont and New Hampshire. The agency intends to award up to three (3) Blanket Purchase Agreements (BPAs), each with a master limit of $250,000 over a 36-month period. This is a Total Small Business Set-Aside. Quotes are due by March 5, 2026, at 5:00 PM Eastern.
Scope of Work
Services include furnishing all labor, equipment, and supplies for mechanical vegetation removal. Specific tasks encompass:
- Tree Removal (various diameters)
- Brush, Small Tree, and Shrub Removal
- Tree Pruning/Cabling and Fruit Tree Pruning
- Hazard Tree Removal
- Stump Grinding and Removal
- Wood Chipping, Forestry Mowing, and Debris Removal
- Chemical Treatment for insect and disease management
- Travel Time
Work will be performed at various USACE project locations, including dams and lakes, as detailed in the provided location map.
Contract Details
- Contract Type: Blanket Purchase Agreement (BPA)
- Number of Awards: Up to three (3) BPAs
- Duration: 36 months (3 years) from award date
- BPA Master Limit: $250,000
- Single BPA Call Limit: $25,000 (max $5,000 for materials)
- NAICS Code: 561730 (Landscaping Services) with a $9.5 Million size standard
Eligibility & Submission
- This acquisition is a Total Small Business Set-Aside.
- Offerors must have an active registration in SAM.gov at the time of submission; non-compliant vendors will be rejected.
- Quotes, including signed amendments (SF30) and the required Solicitation Survey, must be emailed to Contract Specialist Jennifer Samela (Jennifer.M.Samela@usace.army.mil).
- Response Due: March 5, 2026, 5:00 PM Eastern.
Evaluation & Requirements
Award will be based on a comparative evaluation considering technical capability, price, and past performance to select the best value. The Solicitation Survey is crucial for assessing qualifications and capabilities, and submissions with certifications will be rated higher. Stringent safety requirements, referencing EM 385-1-1, are in place, requiring an Accident Prevention Plan, Activity Hazard Analysis, and a Site Safety and Health Officer.
Additional Notes
Site visits for specific work requirements will be conducted by BPA holders after award for individual calls, not during the solicitation phase for master BPAs. All questions must be directed to the Contract Specialist, Jennifer Samela, at 978-318-8324.