- Gap review, remediation roadmap, and implementation support
- Policy package, evidence mapping, and submission prep
- Designed for primes and subs across non-tech and tech work
Entrance Bridge Concrete Abutment Repairs, Otter Brook Lake, Keene, NH
Presolicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: NH. Industry: NAICS 237310 • PSC Y1LB.
CMMC support options for this DoD solicitation
As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 14 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 237310
Description
The U.S. Army Corps of Engineers – New England District is issuing a Presolicitation Notice for Entrance Bridge Concrete Abutment Repairs, Otter Brook Lake, Keene, NH.
QUESTIONS REGARDING THE PROCUREMENT WILL NOT BE ANSWERED DURING THE PRESOLICITATION PHASE. SUBMIT QUESTIONS TO THE CONTRACT SPECIALIST AFTER THE SOLICITATION AND ASSOCIATED DOCUMENTS HAVE BEEN POSTED.
THE WORK CONSISTS OF: Contractor shall furnish all labor, materials, and equipment necessary to complete the following Route 9 Entrance Bridge Abutment Repairs at Otter Brook Lake in accordance with the Statement of Work, Specifications and Drawings. The work of this project involves the repair of the concrete abutments and wingwalls at the Route 9 Entrance Bridge in the park area of Otter Brook Lake. These concrete repairs shall be on both the North and South abutments and the concrete wingwalls to the East and West of the bridge. The work shall include removal of all affected concrete in the specified areas shown on the drawings, surface preparation of the underlying area of concrete, placement of appropriate concrete reinforcement, and placement of new concrete. In order to perform the repairs, water retention structures shall be erected along each abutment in order to ensure demolished material and repair material do not enter the stream. Repair work will require the Contractor to provide necessary Temporary Control of Water measures to keep the immediate work area in the stream dry during the work. During the stipulated time to conduct the repair, water in the stream varies in depth between one to four feet in close proximity to the abutments.
The concrete repairs are as follows:
- Remove without replacing approximately five hundred twenty-five (525) square feet of parge coat from the concrete abutment and wingwalls.
- Perform two inch (2”) deep concrete repairs over approximately fifty -two (52) square feet of concrete abutment and wingwalls.
- Perform four inch (4”) deep concrete repairs over approximately one hundred thirty-three (133) square feet of concrete abutment and wingwalls.
- Joint Sealant
- Following completion of concrete repairs and parging coat removal, pressure wash the surface of the abutments and wingwalls and coat the entire surface of the wingwalls with penetrating sealer, approximately five hundred twenty-five (525) square feet.
The magnitude of construction is between $100,000 and $250,000. For additional information on construction contracts awarded to small businesses please visit: Partnering With Us (army.mil).
This is not a request for quotes at this time. The solicitation requirements and contract documents, to include instructions for submission, and the response date will be available on or about April 13, 2026. Neither telephonic, mailed nor faxed requests for hard copies of this solicitation will be accepted. The solicitation will only be available online; in order to download the solicitation offerors must access the Contract Opportunities website (www.SAM.gov).
This procurement is set-aside for small business vendors. The applicable NAICS code is 237310 with a Small Business Size Standard of $45 Million.
ALL VENDORS MUST HAVE AN ACTIVE REGISTRATION IN SAM.GOV AT THE TIME OF SUBMISSION IN ORDER TO BE CONSIDERED. ANY VENDOR THAT DOES NOT HAVE AN ACTIVE SAM.GOV REGISTRATION WILL BE REJECTED AS NON RESPONSIVE.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.