Entrance Bridge Concrete Abutment Repairs, Otter Brook Lake, Keene, 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 Entrance Bridge Concrete Abutment Repairs at Otter Brook Lake, Keene, NH. This Total Small Business Set-Aside opportunity involves comprehensive concrete repair and restoration of the Route 9 Entrance Bridge abutments and wingwalls. The magnitude of construction is estimated between $100,000 and $250,000. Quotes are due April 28, 2026, by 5:00 PM Eastern.
Scope of Work
The project requires furnishing all labor, materials, and equipment for the repair of concrete abutments and wingwalls at the Route 9 Entrance Bridge. Key tasks include:
- Removal of approximately 525 sq ft of parge coat.
- Performing 2-inch deep concrete repairs on ~52 sq ft and 4-inch deep repairs on ~133 sq ft.
- Application of joint sealant.
- Pressure washing and applying a penetrating sealer to ~525 sq ft of wingwalls.
- Erecting water retention structures and implementing temporary water control measures to ensure a dry work area, especially during the in-water work period (July 6, 2026, through September 30, 2026).
- Conducting pre- and post-construction photographic surveys.
- Developing and submitting an Accident Prevention Plan (APP), Site Safety and Health Plan (SSHP), and Activity Hazard Analysis (AHA).
- Complying with all environmental, Federal, State, and local regulations, including a Waste Management Plan with a 60% diversion goal. Technical specifications for concrete rehabilitation and water repellent treatment are provided.
Contract & Timeline
- Contract Type: Firm Fixed Price (RFQ).
- Period of Performance: From Notice to Proceed through September 30, 2026.
- Estimated Value: $100,000 to $250,000.
- Set-Aside: Total Small Business Set-Aside (NAICS 237310, $45 Million size standard).
- Proposal Due: April 28, 2026, 5:00 PM Eastern.
- Published: April 24, 2026.
- Warranty: 1-year construction warranty.
Submission & Evaluation
Quotes will be evaluated based on Technical, Price, and Past Performance. Mandatory Requirements:
- All vendors must have an active SAM.gov registration at the time of submission.
- A revised Solicitation Survey must be completed and submitted with the quote. This survey collects company information, experience, personnel, certifications (e.g., OSHA, SSHO, crane operator if applicable), and three past performance references.
- Site visits are highly recommended to understand the scope and existing conditions.
- Quotes must be submitted via email to the Contract Specialist.
Key Amendments
Recent amendments have clarified that:
- Crane operator/qualified rigger certifications are only applicable if crane equipment is used.
- The Government will not recognize past performance of sister companies as equivalent to the offering firm's past performance.
- FAR clause 52.222-90, "Addressing DEI Discrimination by Federal Contractors," has been added.
- The solicitation closing date remains unchanged.
Contact Information
For questions, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or 978-318-8902.