Streambank Stabilization, Old Route 30, Townshend Lake, Townshend, VT

SOL #: W912WJ26QA069Solicitation

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

Site Preparation Contractors (238910)

PSC

Construction Of Restoration Of Real Property (Public Or Private) (Y1QA)

Set Aside

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

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Apr 3, 2026
3
Submission Deadline
Apr 13, 2026, 9:00 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 quotes for Streambank Stabilization along the West River at Townshend Lake, Townshend, VT. This Total Small Business Set-Aside opportunity requires stabilizing approximately 310 feet of streambank. The estimated magnitude of construction is between $25,000 and $100,000. Quotes are due by April 13, 2026.

Scope of Work

The project involves furnishing all labor, materials, and equipment to stabilize 310 feet of streambank. Work must adhere to standard practices outlined in the Vermont Rivers and Roads Field Manual and the 2024 Vermont Standard Specifications for Construction. Key tasks include placing rip-rap (e.g., Upper Rip Rap Type TYP, Lower Rip Rap Type IV), stone toe walls (minimum 3-foot stones, 4-foot embedded footer rock, max 6-foot exposed height), erosion control stone, bedding material, and seeding. A 9-inch thick granular borrow layer is specified.

Contractors must comply with USACE Safety and Occupational Health Requirements (EM 385-1-1) and OSHA. This includes developing and submitting a site-specific Accident Prevention Plan (APP) and Activity Hazard Analysis (AHA), and employing a Site Safety and Health Officer (SSHO). Minimum personnel requirements include qualified staff and certified First Aid/CPR personnel. Pre-construction submittals are required within 21 days of the Notice to Proceed.

Contract Details

  • Contract Type: Firm Fixed Price.
  • Period of Performance: From Notice to Proceed through August 1, 2026.
  • Estimated Value: $25,000 - $100,000.
  • Set-Aside: Total Small Business Set-Aside (NAICS 238910, $19 Million size standard).
  • Bonding: Payment Bond or Irrevocable Letter of Credit required for contracts $35,000 to $150,000. Performance Bonds required for contracts $150,000 and above.
  • SAM.gov: Active registration is mandatory for consideration.

Submission & Evaluation

Quotes are due by close of business on April 13, 2026, and must be submitted via email to the Contract Specialist. Evaluation factors include technical capability, price, and past performance, with a comparative evaluation to select the best-suited contractor. A mandatory Solicitation Survey must be completed and returned with quotes. Site visits are highly recommended prior to submission and can be arranged by contacting Jordan Luks (Jordan.D.Luks@usace.army.mil or 978-318-8970). Vendors must submit signed copies of all amendments.

Contact Information

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 4
Solicitation
Posted: Apr 3, 2026
View
Version 3Viewing
Solicitation
Posted: Mar 31, 2026
Version 2
Pre-Solicitation
Posted: Mar 27, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 6, 2026
View