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 issuing a Solicitation (RFQ) for Entrance Bridge Concrete Abutment Repairs at Otter Brook Lake, Keene, NH. This project, estimated between $100,000 and $250,000, involves comprehensive concrete repair work on the Route 9 Entrance Bridge. This opportunity is NOT a Small Business Set-Aside. Proposals are due by April 28, 2026.
Scope of Work
The work entails furnishing all labor, materials, and equipment for concrete abutment and wingwall repairs on both the North and South abutments of the Route 9 Entrance Bridge. Specific tasks include removing approximately 525 square feet of parge coat, performing 2-inch deep concrete repairs over 52 square feet, and 4-inch deep concrete repairs over 133 square feet. The project also requires joint sealant application, pressure washing, and coating 525 square feet of surfaces with a penetrating sealer. Crucially, the contractor must erect water retention structures and implement temporary water control measures to keep the immediate work area dry during in-stream operations. Additional requirements include pre- and post-construction photographic surveys, development of an Accident Prevention Plan (APP), Site Safety and Health Plan (SSHP), Activity Hazard Analysis (AHA), and a Waste Management Plan with a 60% diversion goal.
Contract Details
This is a Firm Fixed Price contract. The period of performance extends from the Notice to Proceed through September 30, 2026, with in-water work specifically permitted from July 6, 2026, through September 30, 2026. Work hours are Monday through Friday, 7:00 AM to 3:30 PM. A 1-year warranty of construction is required. The applicable NAICS code is 237310 (Construction Of Highways, Roads, Streets, Bridges, And Railways) with a Small Business Size Standard of $45 Million.
Submission & Evaluation
Proposals must be submitted via email to the Contract Specialist by close of business on April 28, 2026. Evaluation will consider Technical, Price, and Past Performance. A mandatory Solicitation Survey must be completed and returned with quotes, providing details on company information, experience, personnel, and certifications (which will be rated higher if provided). Three past performance references, preferably from Government contracts within the last three years, are also required. Site visits are highly recommended to ensure a thorough understanding of the scope and existing conditions. All vendors must possess an active SAM.gov registration at the time of submission.
Key Documents
The solicitation package includes a Solicitation Survey (mandatory for submission), Attachments (Wetlands Permit, Site Plan, Technical Drawings), and SOW Technical Specifications detailing concrete rehabilitation and water repellent requirements. These documents are critical for understanding the project's environmental, logistical, and technical demands.