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 proposals for Entrance Bridge Concrete Abutment Repairs at Otter Brook Lake in Keene, NH. This project involves comprehensive concrete repair and restoration of the Route 9 Entrance Bridge abutments and wingwalls. This is a Total Small Business Set-Aside with an estimated magnitude between $100,000 and $250,000.
Scope of Work
The work entails furnishing all labor, materials, and equipment for concrete repairs on both North and South abutments and East and West wingwalls of 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.
- Placement of appropriate concrete reinforcement and new concrete.
- Application of joint sealant, pressure washing, and 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-stream work period.
- Required submittals include 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 & Timeline
- Contract Type: Firm Fixed Price (RFQ)
- Period of Performance: From Notice to Proceed through September 30, 2026.
- In-Water Work Period: July 6, 2026, through September 30, 2026.
- Work Hours: Monday through Friday, 7:00 AM to 3:30 PM.
- Proposal Due: April 28, 2026, by 5:00 PM Eastern.
- Published: April 20, 2026.
Key Requirements & Submission
This procurement is a Total Small Business Set-Aside (NAICS 237310, $45M size standard). All vendors must have an active SAM.gov registration at the time of submission. Evaluation will consider Technical, Price, and Past Performance. A mandatory revised Solicitation Survey must be completed and returned with quotes, detailing company information, experience, personnel, certifications (e.g., First Aid/CPR, OSHA, SSHO), and up to three past performance references from the last three years. The Government will not recognize past performance of sister companies. Site visits are highly recommended.
Amendments & Important Notes
Amendment 0001 (dated April 20, 2026) provides responses to industry questions and includes the revised Solicitation Survey. It clarifies that crane operator/rigger certifications are only required if crane equipment is used. The Wetlands Permit (valid until October 16, 2030), Site Plan, and Technical Drawings are provided in the Attachments document, which are crucial for understanding the project's environmental and technical specifications.