Vegetation Control Services, Otter Brook Dam and Surry Mountain Lake, Keene and Surry, NH

SOL #: W912WJ26QA045Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST NEW ENGLAND
CONCORD, MA, 01742-2751, United States

Place of Performance

Keene, NH

NAICS

Landscaping Services (561730)

PSC

Landscaping/Groundskeeping Services (S208)

Set Aside

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

Timeline

1
Posted
Jan 27, 2026
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Feb 26, 2026, 7:00 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 is soliciting proposals for Vegetation Control Services at Otter Brook Dam and Surry Mountain Lake in Keene and Surry, NH. This Total Small Business Set-Aside opportunity requires contractors to manage terrestrial invasive plants and poison ivy across approximately 106 acres, with options for an additional 117 acres. Quotes are due February 26, 2026, at 2:00 PM Eastern.

Scope of Work

The work involves furnishing all labor, materials, and equipment for vegetation control.

  • Core Services: Chemical treatment of terrestrial invasive plants and poison ivy, including cut-stump treatment for species like oriental bittersweet, glossy buckthorn, and Japanese barberry, and spot/foliar spray for others. Japanese Knotweed is excluded from core treatment.
  • Option Tasks:
    • Otter Brook Lake: Chemical treatment on 49 acres (Option 1), and chemical/mechanical treatment of Japanese Knotweed on 11 acres (Option 2).
    • Surry Mountain Lake: Chemical treatment on 45 acres (Option 3), and hand cutting/chemical treatment of Japanese Knotweed on 12 acres (Option 4).
  • Performance Standards: A 90% kill rate is required for herbicide applications, with re-treatment at no additional cost if not met.
  • Safety: Work must comply with USACE EM 385-1-1 and OSHA requirements, necessitating an Accident Prevention Plan (APP), Activity Hazard Analysis (AHA), and a Site Safety and Health Officer (SSHO).
  • Species: Target species include Japanese knotweed, multiflora rose, Japanese barberry, Oriental bittersweet, autumn olive, burning bush, glossy buckthorn, bush honeysuckles, garlic mustard, and black swallow-wort.

Contract Details

  • Contract Type: Solicitation (Request for Quotations - RFQ)
  • Pricing Arrangement: Firm Fixed Price for all Contract Line Item Numbers (CLINs).
  • Period of Performance: From contract award through October 31, 2026, with initial treatment scheduled between June 1, 2026, and August 15, 2026.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 561730 (Landscaping/Groundskeeping Services)
  • Size Standard: $9.5 Million

Submission & Evaluation

  • Quote Submission: Via email to the Contract Specialist, Alicia N. LaCrosse.
  • Required Documents: Bidders must complete and submit a "Solicitation Survey" with their quote, providing company, experience, personnel, past performance, and certification details. Failure to provide complete information may result in a non-responsive quote.
  • Evaluation Factors: Award will be based on a comparative evaluation of Technical, Price, and Past Performance to select the best value. The total price for all options will be added to the basic requirement for award purposes, and significantly unbalanced option prices may lead to an unacceptable quote.
  • Eligibility: Vendors must have an active registration in SAM.gov at the time of submission; otherwise, quotes will be rejected as non-responsive.

Key Dates & Contacts

  • Offer Due Date: February 26, 2026, at 2:00 PM Eastern.
  • Solicitation Issue Date: February 12, 2026.
  • Pre-work Submittals: Due within 21 days of contract award.
  • Primary Contact: Alicia LaCrosse, alicia.n.lacrosse@usace.army.mil, 978-318-8902.
  • Site Visit: Interested vendors are encouraged to conduct a site visit. Contact James Chevalier at 603-801-9104 or james.m.chevalier@usace.army.mil to arrange.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 5
Solicitation
Posted: Feb 27, 2026
View
Version 4
Solicitation
Posted: Feb 25, 2026
View
Version 3Viewing
Solicitation
Posted: Feb 20, 2026
Version 2
Solicitation
Posted: Feb 12, 2026
View
Version 1
Pre-Solicitation
Posted: Jan 27, 2026
View