SD FTFW MADI 10(2) & 9000(1) REHAB MADISON WMD HQ ROAD
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 Department of Transportation, Federal Highway Administration (FHWA) is conducting a Sources Sought to identify qualified small businesses for the SD FTFW MADI 10(2) & 9000(1) REHAB MADISON WMD HQ ROAD project. This market research aims to determine if there is sufficient interest from various small business categories to allow for a set-aside. The project involves pavement reconstruction for the Madison Wetland Management District (WMD) Headquarters and the United States Fish and Wildlife Service (USFWS) Visitor Center in Madison, SD. Responses are due by April 20, 2026, at 2 p.m. local Denver time.
Scope of Work
The project encompasses pavement reconstruction for the approach road and parking lot. Key aspects include:
- Designing a pavement section with 3.5 inches of asphalt concrete pavement (ACP) over 4 inches of aggregate base material.
- Installing the proposed parking lot at grade with the adjacent sidewalk and concrete trail.
- Improving safety and mobility, and extending the service life of the access road and parking lot.
- Preserving the existing two-way, single-lane operation of the access road by constructing a consistent 14-foot roadway section.
- Full reconstruction of the existing parking lot and its asphalt apron, connecting to the concrete trail.
- Updating the parking layout to include eight 10x20 foot stalls (one accessible) on the north side and ten 10x20 foot stalls on the south side.
- Regrading the parking surface to a uniform 1.75% cross slope.
Principal Work Items: Roadway Excavation (550 CUYD), Subexcavation (200 CUYD), Roadway Aggregate (600 TON), and Asphalt Concrete Pavement (500 TON).
Contract & Timeline
- Type: Sources Sought / Market Research
- Anticipated Advertisement: May 2026
- Anticipated Construction: July 2026 to October 2026
- Estimated Price Range: Between $500,000 and $1,000,000
- Response Due: April 20, 2026, by 2 p.m. local Denver time
- Published: April 3, 2026
- Set-Aside: Seeking interest for potential Small Business, HUBZone, Woman-Owned Small Business, 8(a), or Service-Disabled Veteran-Owned Small Business set-asides.
Submission Requirements
Interested firms must submit the following via email to CFLAcquisitions@dot.gov (Attn: Douglas Whitcomb):
- Positive statement of intent to bid as a Prime Contractor.
- List of all confirmed socioeconomic categories (e.g., 8(a), HUBZone, WOSB, SDVOSB).
- Letter from a bonding agent stating capability to bond for a single project of $1 million and aggregate bonding capacity.
- List of road construction projects of equal or greater value and similar scope.
Additional Notes
This is NOT a Request for Bid, and plans and specifications are not currently available. All firms must be certified in the System for Award Management (SAM).