Parking Lot Repair/Sealcoat in Marshfield, WI
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 USDA-ARS is soliciting quotations for Parking Lot Repair/Sealcoating at the EIDMRU Lab in Marshfield, WI. This acquisition is a Total Small Business Set-Aside for commercial items. The work involves asphalt replacement, crack filling, sealcoating, and striping. Questions are due by March 6, 2026, at 12:00 PM Central Time, and offers are due by March 13, 2026, at 4:00 PM local time.
Scope of Work
This project requires the replacement of approximately 825 square yards of asphalt parking lot, including saw cutting, removal, disposal, and installation of new subgrade and asphalt (WisDOT spec type MT58-28S). The remaining parking lot will undergo crack filling and sealcoating using bio-based products (e.g., BioSealcoat). Finally, parking space striping will be repainted using bio-based paint (e.g., BioStripe), including two handicapped spaces. Work is to be performed at the USDA-ARS EIDMRU lab and office, 2615 Yellowstone Drive, Marshfield, WI 54449.
Contract Details
- Solicitation Type: Request for Quotation (RFQ) - Combined Synopsis/Solicitation
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238990 – All Other Specialty Trade Contractors (Small Business Size Standard: $19M)
- Period of Performance: May 1, 2026, to September 30, 2026
- Place of Performance: Marshfield, WI
Submission & Evaluation
- Offer Submission: Via email to david.hildebrand@usda.gov, with the subject line “RFQ 1232SA26Q0205”.
- Offer Due Date: March 13, 2026, at 4:00 PM local time.
- Questions Due Date: March 6, 2026, at 12:00 PM Central Time.
- Evaluation Method: Lowest Priced Technically Acceptable (LPTA).
- Technical Acceptability Requirements: Cover letter acknowledging payment bond requirement and providing at least two documented references demonstrating recent and relevant experience.
- Validity: Offers must remain valid for at least 45 calendar days.
- Registration: Offerors must be registered in SAM.gov.
- Bonds: A payment bond will be required after award; a performance bond will not be required.
Special Requirements & Notes
- Site Visit: Strongly encouraged but not mandatory. Contact Joe Hattamer at joseph.hattamer@usda.gov or 715-391-3275 to schedule.
- Coordination: Contractors must notify USDA technical POCs (Matt Akins, Joe Hattamer) at least one week before starting work.
- Materials: Quote must detail all materials, labor, travel, and bid bonding. Specific bio-based sealcoat and striping paint are required.
- Amendment: Amendment 1 updates the Statement of Work to Revision 1, adding overhead maps and location details. Bidders must acknowledge this amendment.
- Wage Determination: General Decision Number WI20260010 (dated 01/02/2026) outlines prevailing wage rates for construction trades in Wisconsin, which bidders must consider for labor costs.