Parking Lot Repair/Sealcoat in Marshfield, WI
SOL #: 1232SA26Q0205Combined Synopsis/Solicitation
Overview
Buyer
Agriculture
Agricultural Research Service
USDA ARS AFM APD
BELTSVILLE, MD, 20705, United States
Place of Performance
Marshfield, WI
NAICS
All Other Specialty Trade Contractors (238990)
PSC
Maintenance Of Parking Facilities (Z1LZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 25, 2026
2
Last Updated
Mar 4, 2026
3
Submission Deadline
Mar 13, 2026, 9:00 PM
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 Agricultural Research Service (ARS) is soliciting quotes for Parking Lot Repair and Sealcoating services at the USDA-ARS EIDMRU Lab in Marshfield, WI. This acquisition is a Total Small Business Set-Aside. The project involves asphalt replacement, crack filling, sealcoating, and striping. Quotes are due by March 13, 2026, at 4:00 PM local time.
Scope of Work
The contractor will perform comprehensive parking lot repairs, including:
- Asphalt Replacement: Saw cutting, removal, and disposal of existing asphalt and 18 inches of subgrade material for approximately 900 square yards. Installation of 10 inches of new breaker run and 8 inches of compacted base course, followed by paving with WisDOT spec type MT58-28S asphalt mix (3.5 inches compacted in two lifts) with a tack coat.
- Crack Filling and Sealcoating: Routing and filling of asphalt cracks, cleaning and filling of seams between asphalt and concrete. Application of two coats of bio-based sealcoat (e.g., BioSealcoat) to the entire area, excluding the newly replaced section.
- Parking Lot Striping: Repainting parking areas, including two handicapped spaces, to match pre-existing lines using bio-based striping paint (e.g., BioStripe).
Contract & Timeline
- Contract Type: Firm Fixed-Price Request for Quotation (RFQ).
- Period of Performance: May 1, 2026, to September 30, 2026.
- Set-Aside: Total Small Business Set-Aside (NAICS 238990, size standard $19M).
- Questions Due: March 6, 2026, at 12:00 PM Central Time, via email to david.hildebrand@usda.gov.
- Quotes Due: March 13, 2026, at 4:00 PM local time.
- Offer Validity: Quotes must remain valid for 45 calendar days.
- Bonds: A payment bond is required after award; a performance bond is not required.
Evaluation & Submission
Award will be made using a Lowest Priced Technically Acceptable (LPTA) methodology. To be considered technically acceptable, offerors must:
- Acknowledge Amendments 0001 and 0002. Failure to do so will result in technical unacceptability.
- Submit a cover letter acknowledging the payment bond requirement.
- Provide at least two documented references demonstrating recent and relevant experience.
- Be registered with SAM.gov and have completed FAR required Representations and Certifications at the time of quote submission. Quotes must include a description of all materials, services, labor, travel/deliveries, and bid bonding. Quotes should be submitted via email to david.hildebrand@usda.gov with the subject line "RFQ 1232SA26Q0205".
Special Requirements
- Site Visit: While not mandatory, vendors are strongly encouraged to visit the site to meet requirements under FAR 52.236-3. Contact Joe Hattamer at joseph.hattamer@usda.gov or 715-391-3275 to schedule.
- Coordination: Contractors must notify USDA technical POCs (Matt Akins and Joe Hattamer) at least one week before starting work.
- Wage Rates: Bidders must adhere to the prevailing wage rates and fringe benefits outlined in General Decision Number WI20260010 (Davis-Bacon Act).
- No government-furnished property or equipment will be provided. No special security requirements are needed as work is outside the building.
People
Points of Contact
David HildebrandPRIMARY