Vegetation Control Services, Otter Brook Dam and Surry Mountain Lake, Keene and Surry, NH
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 quotes for Vegetation Control Services at Otter Brook Dam and Surry Mountain Lake in Keene and Surry, NH. This opportunity is a Total Small Business Set-Aside for managing terrestrial invasive plants and poison ivy. Quotes are due by March 3, 2026, at 2:00 PM Eastern Time.
Scope of Work
The contractor will furnish all labor, materials, and equipment for vegetation control on approximately 106 acres. Core services include chemical treatment of terrestrial invasive plants (e.g., oriental bittersweet, glossy buckthorn, honeysuckle) and poison ivy, with specific cut-stump or spot/foliar spray methods. Japanese Knotweed is excluded from core treatment but is covered under optional tasks.
Optional tasks may include additional vegetation control on 117 acres, specifically:
- Chemical treatment on 49 acres at Otter Brook Lake.
- Chemical and mechanical treatment of Japanese Knotweed on 11 acres at Otter Brook Lake.
- Chemical treatment on 45 acres at Surry Mountain Lake.
- Hand cutting and chemical treatment of Japanese Knotweed on 12 acres at Surry Mountain Lake.
Performance Standards require a 90% kill rate for herbicide applications, with re-treatment at no additional cost if not met. All work must comply with USACE EM 385-1-1 and OSHA safety requirements, including an Accident Prevention Plan (APP) and Site Safety and Health Officer (SSHO).
Contract Details
- Contract Type: Solicitation (Request for Quotations), Firm Fixed Price for all 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 Services) with a $9.5 Million size standard.
Submission & Evaluation
Quotes must be submitted via email to Contract Specialist Alicia N. LaCrosse. Evaluation will be based on Technical, Price, and Past Performance, with a comparative evaluation to select the best value. The total price for all options will be considered for award purposes.
Key Deadlines
- Offer Due Date: March 3, 2026, at 2:00 PM Eastern Time.
Important Notes
- All vendors must have an active SAM.gov registration at the time of submission to be considered.
- Interested vendors are encouraged to conduct a site visit by contacting James Chevalier (james.m.chevalier@usace.army.mil).
- A "Solicitation Survey" must be completed and submitted with the quote, detailing company information, experience, personnel, past performance, and required certifications/licenses.