Z--MIMI DELTA-01 PAVEMENT REPAIR
SOL #: 140P6326Q0009Solicitation
Overview
Buyer
Interior
National Park Service
MWR NEKOTA(63000)
Rapid City, SD, 57701, United States
Place of Performance
Interior, SD
NAICS
Highway (237310)
PSC
Repair Or Alteration Of Parking Facilities (Z2LZ)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 11, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Mar 27, 2026, 4:00 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 National Park Service (NPS), under the Department of the Interior, has issued a Request for Quotation (RFQ) for pavement repair and asphalt overlay services at the Minuteman Missile National Historic Site in Interior, South Dakota. This opportunity, titled "Z--MIMI DELTA-01 PAVEMENT REPAIR," is a Total Small Business Set-Aside. Proposals are due by March 27, 2026, at 4:00 PM Z.
Scope of Work
The project involves comprehensive asphalt repair and replacement. Key deliverables include:
- Milling existing asphalt driveway and parking area pavement to a depth of 3/4".
- Providing an asphalt overlay for the parking area (minimum 1" thickness at south edge, minimum 2" at north edge, with 1.0-2.0% slope for drainage) and the access driveway (minimum 1" thickness).
- Demolishing failed 2" asphalt pavement around the existing helicopter landing pad and replacing it with a new 2" asphalt surface of equal design dimensions.
- Reapplying all pavement markings to match existing conditions.
- Restoring all disturbed areas and adjusting adjacent grades to match new paved surface elevations. The estimated area for mill and overlay is 2,300 SY, and for demolition and replacement is 550 SY.
Contract Details
- Contract Type: Firm-Fixed Price construction contract.
- Project Magnitude: Estimated between $100,000 and $250,000.
- Period of Performance: 90 calendar days after issuance of Notice to Proceed.
- Wage Requirements: Construction Wage Rate Requirements for Pennington County, South Dakota (Davis-Bacon Act) apply, as detailed in the provided wage determination.
- Bond Requirements: 100% payment bonds and performance bonds are required for this project.
Submission & Evaluation
- Submission Method: Proposals/quotations must be submitted electronically via email to joseph_kirk@nps.gov.
- Site Visit: A highly encouraged site visit is scheduled for March 10, 2026, at 9:00 a.m. Mountain Time. RSVP is required.
- Questions Due: Questions regarding the solicitation are due 5 days after the site visit (approximately March 15, 2026).
- Evaluation Criteria: Award will be based on technical capability and price, utilizing simplified acquisition procedures.
Eligibility & Important Notes
- Set-Aside: This is a 100% Total Small Business Set-Aside.
- NAICS Code: 237310 (Highway, Street, and Bridge Construction), with a small business size standard of $45 million.
- Registrations: Offerors must have an active UEI number, be registered and active in SAM.gov, and have completed Online Representations and Certifications by the solicitation close date.
- Pricing: The price schedule (Attachment 4) details specific Contract Line Items (CLINs) for which pricing is required, including lump-sum items for parking lot/driveway mill & overlay, heli pad asphalt replacement, pavement marking, precast plank retaining wall, cast-in-place concrete wall, and topsoil/seeding.
- Contact: Joseph Kirk, Contracting Specialist, at joseph_kirk@nps.gov or 605.574.0510.
People
Points of Contact
Kirk, JosephPRIMARY
Files
Versions
Version 2Viewing
Solicitation
Posted: Feb 26, 2026
Version 1
Pre-Solicitation
Posted: Feb 11, 2026