Security Fence Improvements, Hop Brook Lake, Middlebury, CT
ID: W912WJ25QA013Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW2SD ENDIST NEW ENGLANDCONCORD, MA, 01742-2751, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Y1QA)

Set Aside

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

    The U.S. Army Corps of Engineers, New England District, is soliciting quotes for security fence improvements at Hop Brook Lake in Middlebury, Connecticut. The project involves the removal of existing chain link fencing and gates, followed by the installation of new 7-foot-tall chain link security fencing, gates, and a vehicular barrier gate, with a total construction value estimated between $100,000 and $250,000. This procurement is set aside for small businesses, and all vendors must have an active registration in SAM.gov to be considered. Quotes are due by April 29, 2025, at 5:00 PM Eastern Time, and interested parties can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902 for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document serves as an amendment to a solicitation concerning the installation of a new security fence, specifically identified by solicitation number W912WJ25QA013. The amendment outlines procedural changes, including the deadline for offers, which remains set for April 29, 2025, at 5:00 PM Eastern Time. Contractors must acknowledge receipt of the amendment to avoid having their offers rejected. A key clarification in the amendment indicates that contractors are responsible for maintaining continuous security during the installation process. The document is structured with sections addressing the amendment of the solicitation, modifications of contracts, and responses to industry inquiries, ensuring all previously stated terms and conditions remain effective. Additionally, it highlights important contact information for relevant project representatives. Overall, this amendment emphasizes the importance of timely responses and adherence to security requirements during the project execution.
    This document serves as an amendment to an existing solicitation, specifically regarding the contract for installing a new security fence. It outlines the processes for acknowledging the amendment and receiving offers, emphasizing that failure to comply may lead to rejection. Key responses to industry questions are provided: the contractor must ensure the area is secured during fence installation and must remove existing concrete post footings for new fencing installations. If existing fencing is permanently removed, the contractor can either remove or abandon post footings at ground level. Information on underground utilities relevant to the project is referenced for contractor awareness. The amendment extends the solicitation deadline while affirming that all other terms remain unchanged. This document reflects standard procedures in government contracting, highlighting the importance of clear communication and adherence to established protocols in Request for Proposals.
    The U.S. Army Corps of Engineers has issued a revised Statement of Work for security fence improvements at Hop Brook Dam in Middlebury, Connecticut. The primary objective is to replace the existing 4-foot fencing with a new 7-foot chain link fence, covering approximately 330 feet around the perimeter to enhance security. Alongside the fencing replacement, a 20-foot-wide double swing gate will be updated to a new vehicle barrier gate. Additional specifications include the installation of new connections for the fencing along existing structures and the incorporation of two new chain link double gates with an integrated personnel gate. The documentation includes photographs illustrating current conditions and proposed improvements, ensuring clarity in the scope of work. Overall, these enhancements aim to bolster security measures at the dam site while maintaining compliance with safety protocols.
    The U.S. Army Corps of Engineers is initiating a project at Hop Brook Dam in Middlebury, Connecticut, focused on upgrading security fencing. The existing 4-foot-high fence, approximately 330 feet long, will be replaced by a 7-foot-high fence to enhance security measures. Additionally, a 20-foot-wide double swing gate is to be replaced with a new vehicle barrier gate. The project includes relocating certain sections of the fencing and integrating new chain link personnel gates. Photographic documentation included in the file outlines the current conditions and proposed changes for the fencing and gates. This initiative underscores the focus on improving safety protocols at the facility. The project is likely a response to increasing security needs at federal installations, reflecting broader governmental priorities regarding infrastructure security and maintenance.
    The document is a Request for Quotation (RFQ) from the U.S. Army Corps of Engineers for the security fence improvements at Hop Brook Lake in Middlebury, Connecticut. The primary objective is to solicit quotes from vendors for the removal of existing chain-link fencing and installation of new security fencing, including multiple gates. The project emphasizes compliance with Federal Acquisition Regulations (FAR) and requires contractors to follow strict safety and health guidelines. Quotes must be submitted via email by the specified deadline, and vendors must be registered in the System for Award Management (SAM). Detailed specifications include the fencing's height, materials, safety requirements, and installation procedures. The timeline for project completion is approximately 120 days from the Notice to Proceed. Regular site visits are encouraged, and adherence to environmental protection and accident prevention plans is mandatory. The document outlines quality assurance measures, payment procedures, and the necessity for contractor personnel to undergo security training. The RFQ reflects the government’s commitment to robust security measures and compliance with safety and environmental standards in public works projects.
    Similar Opportunities
    Snow Removal and Sanding Services, Black Rock Lake, Northfield Brook Lake, and Thomaston Dam, Thomaston, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers - New England District is soliciting bids for snow removal and sanding services at Thomaston Dam, Black Rock Lake, and Northfield Brook Lake in Thomaston, Connecticut. Contractors are required to provide all necessary equipment, materials, labor, and transportation to perform snow removal and sanding activities in accordance with the Performance Work Statement, with services categorized by storm intensity. This procurement is crucial for maintaining accessibility and safety at these sites during winter conditions, and it is set aside for small business vendors under NAICS code 561730, with a size standard of $9.5 million. Interested vendors must have an active registration in SAM.gov and submit their proposals by December 18, 2025, at 2:00 PM Eastern; for further inquiries, contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or call 978-318-8902.
    Chemical Vegetation Control Services, Mansfield Hollow Lake, Mansfield Center, CT
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers - New England District, is issuing a presolicitation notice for Chemical Vegetation Control Services at Mansfield Hollow Lake in Mansfield Center, Connecticut. The contractor will be responsible for providing all necessary labor, equipment, materials, transportation, and permits to perform chemical vegetation control across approximately 55 acres, which includes maintenance spraying, spot treatments, and cut stump treatments on various structures and shorelines. This service is crucial for maintaining the ecological balance and safety of the lake area, ensuring that vegetation does not impede structural integrity or recreational use. The solicitation documents will be available online around December 22, 2025, and interested vendors must have an active registration in SAM.gov to be considered; inquiries during the presolicitation phase will not be addressed. For further information, vendors can contact Alicia LaCrosse at alicia.n.lacrosse@usace.army.mil or by phone at 978-318-8902.
    CFLD Security Fence
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers Wilmington District, is seeking a contractor for the removal and replacement of a security fence at the Cape Fear Lock and Dam 2 in Elizabethtown, North Carolina. The project involves installing an 8-foot commercial-grade galvanized chain link security fence with 3-strand barb wire, along with 6-foot removable chain link security fence panels, and requires adherence to strict specifications regarding materials and installation methods. This opportunity is a total small business set-aside, with an estimated construction magnitude between $25,000 and $100,000, and requires contractors to have a Level 1 Cybersecurity Maturity Model Certification, a North Carolina General Contractors License, and to submit both a Price Quote and Technical Proposal electronically by January 7, 2026. Interested parties should direct inquiries to Benjamin Rickman or Jenifer Garland via email, with questions due by December 29, 2025.
    Construct 241st Security Measures
    Dept Of Defense
    The Department of Defense, specifically the Tennessee National Guard, is inviting bids from small businesses for a firm fixed-price contract to enhance base infrastructure at 6511 Bonny Oaks Drive, Chattanooga, Tennessee. The project entails the construction of new iron picket perimeter security fencing, repairs to existing chain link fences, demolition of outdated gate operators, and modifications to conduits for power and communications. This procurement is significant for improving security measures and overall facility functionality, with a contract duration of 365 calendar days and a construction magnitude estimated between $1,000,000 and $5,000,000. Interested contractors must register in the System for Award Management (SAM.gov) and are encouraged to attend a pre-bid conference on January 21, 2026, with the bid opening tentatively scheduled for February 13, 2026. For further inquiries, contact Brian Morelock at brian.morelock.1@us.af.mil or call 865-336-3341.
    Construction Services for Bar Harbor Breakwater Repair Project, Bar Harbor, Maine
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is seeking bids for the Bar Harbor Breakwater Repair Project located in Bar Harbor, Maine. The project involves repairing two significant sections and several minor areas of a historic rubble mound breakwater that has sustained storm damage since its construction between 1889 and 1916. This repair work is crucial for maintaining the structural integrity of the breakwater, which extends approximately 2,500 linear feet and is essential for coastal protection in the area. Interested contractors should note that the solicitation will be available around October 2025, with construction anticipated to begin in the spring of 2026, and the estimated construction cost ranges from $10 million to $25 million. For further inquiries, contact Kayla Gonsalves at kayla.gonsalves@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Chemical Vegetation Control Services, West Thompson Lake, N. Grosvenordale, CT
    Dept Of Defense
    The U.S. Army Corps of Engineers – New England District is seeking qualified contractors to provide Chemical Vegetation Control Services at West Thompson Lake in N. Grosvenordale, CT. The contractor will be responsible for all labor, equipment, materials, transportation, and permits necessary to perform maintenance spraying and spot treatments of vegetation across approximately 25 acres, including invasive species management along roadways and field edges. This procurement is crucial for maintaining the ecological balance and safety of the lake's infrastructure. The solicitation is set aside for small businesses under NAICS code 561730, with a size standard of $9.5 million, and will be available online around December 22, 2025. Interested vendors must ensure they have an active registration in SAM.gov at the time of submission to be considered for this opportunity. For further inquiries, contact Jennifer Samela at jennifer.m.samela@usace.army.mil or call 978-318-8324.
    Fence Repair BPA Fort Drum, NY
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE ARMY is seeking multiple businesses to enter into a Blanket Purchase Agreement (BPA) for Fencing Services at Fort Drum, NY. The BPA will be active from April 27, 2024, to April 26, 2029. The services required include repairing and replacing various types of fencing, gates, operators, associated components, and hardware. The contractor must adhere to ASTM specifications and tolerances for material fabrication and installation. The work will be performed in accordance with the Performance Work Statement and subject to the terms and conditions of the contract. Interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 238990. The registrations can be done through the System for Award Management (SAM) website. The contractor will not receive a BPA until these registrations are completed. Interested parties should submit their UEID, CAGE Code, and capabilities statement via email to the provided contacts.
    Small Business Construction MATOC
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is soliciting proposals for a Small Business Construction Multiple Award Task Order Contract (MATOC) valued at $90 million, aimed at providing construction services across its Area of Responsibility. This Indefinite Delivery/Indefinite Quantity (IDIQ) contract will support military and interagency projects, including sustainment, restoration, modernization, and new construction, with task orders ranging from $500,000 to $10 million. The MATOC is critical for ensuring timely execution of construction needs in a climate of uncertain funding and compressed timelines, while also promoting competition among small businesses. Interested parties can contact Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at Erin.E.Bradley@usace.army.mil for further information, with the contract ordering period set for five years.
    Replace Federal Pacific Panels, Smith Hall, U.S. Coast Guard Academy New London, CT (New London County) Project No. 27641871
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking qualified contractors to replace approximately 22 Federal Pacific electric panels at Smith Hall, U.S. Coast Guard Academy in New London, Connecticut. The project requires contractors to provide all necessary labor, materials, and equipment while maintaining power to the facility, with a completion deadline set for December 31, 2026. This procurement is a Total Small Business Set-Aside, with an estimated value between $1,000,000 and $5,000,000, and includes requirements for performance and payment bonds. Interested parties must submit bids by January 6, 2026, and can contact Teresa L. Lamphere at Teresa.L.Lamphere2@uscg.mil or Simon W. Leung at Simon.W.Leung@uscg.mil for further information.
    Spillway Vegetation Cutting and Herbicide Treatment, Sury Lake, Surry, NH
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers – New England District, is seeking small business vendors for a contract involving spillway vegetation cutting and herbicide treatment at Surry Mountain Lake in Surry, NH. The project requires the contractor to provide all necessary labor, equipment, and materials to cut and chemically treat approximately two acres of vegetation along the dam's ledge walls and spillway floor, with specific guidelines for handling different types of vegetation. This procurement is crucial for maintaining the integrity of the spillway and ensuring compliance with local, state, and federal regulations regarding vegetation management. Interested vendors must have an active registration in SAM.gov and can expect the solicitation documents to be available online around December 22, 2025; inquiries during the presolicitation phase will not be addressed.