Mechanical Vegetation Removal Blanket Purchase Agreement, Upper Connecticut River Basin, locations in Vermont and New Hampshire
SOL #: W912WJ26QA051Solicitation
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
Landscaping Services (561730)
PSC
Landscaping/Groundskeeping Services (S208)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 2, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Mar 5, 2026, 10:00 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, New England District (USACE) is soliciting proposals for Mechanical Vegetation Removal Services through Blanket Purchase Agreements (BPAs) in the Upper Connecticut River Basin, covering locations in Vermont and New Hampshire. This is a Total Small Business Set-Aside. The Government intends to award up to three (3) BPAs. Proposals are due March 5, 2026, at 5:00 PM Eastern.
Scope of Work
The work involves providing comprehensive mechanical vegetation removal services. Key requirements include:
- Administrative/Office Work
- Tree Removal (categorized by diameter at breast height: >24 inches, 12-24 inches, 3-12 inches)
- Brush, Small Tree, and Shrub Removal (<3 inches DBH)
- Tree Pruning/Cabling and Hazard Tree Removal
- Stump Grinding and Stump Removal
- Wood Chipping, Forestry Mowing, and Debris Removal
- Chemical Treatment for insect and disease management
- Travel Time
Contract Details
- Type: Blanket Purchase Agreement (BPA)
- Duration: Three (3) years (36 months) from the date of award.
- Master Limit: $250,000.
- Single BPA Call Limit: No single call may exceed $25,000 in total cost (labor and materials), with a maximum of $5,000 for materials per call.
- Number of Awards: Up to three (3) BPAs are anticipated.
- NAICS Code: 561730 (Landscaping Services) with a $9.5 Million size standard.
Submission & Evaluation
- Submission Deadline: March 5, 2026, at 5:00 PM Eastern.
- Submission Method: Quotes must be emailed to Contract Specialist Jennifer Samela at jennifer.m.samela@usace.army.mil.
- Requirements: Quotes must be complete, including signed amendments (SF30) and a completed "Solicitation Survey." Vendors must provide pricing for all items on the Bid Schedule.
- Evaluation Factors: Technical capability, Price, and Past Performance. Award will be based on a comparative evaluation for best value.
Eligibility & Important Notes
- Set-Aside: This procurement is a Total Small Business Set-Aside.
- SAM Registration: Vendors must have an active registration in SAM.gov at the time of submission to be considered.
- Site Visits: Site visits can be scheduled with Technical Points of Contact, but specific work requirements are identified per call, not at the master BPA level. Specific work requirements cannot be determined during site visits for the solicitation of master BPAs.
- Safety: Stringent safety requirements apply, referencing EM 385-1-1, requiring an Accident Prevention Plan, Activity Hazard Analysis, and a Site Safety and Health Officer.
- Subcontractors: Subcontractor pricing must adhere to the awarded Master BPA Bid Schedule.
Contact Information
- Contract Specialist: Jennifer Samela
- Email: jennifer.m.samela@usace.army.mil
- Phone: 978-318-8324
People
Points of Contact
Jennifer SamelaPRIMARY