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 Agricultural Research Service (ARS) issued a solicitation for Parking Lot Repair and Sealcoating at its EIDMRU Lab in Marshfield, WI. This Total Small Business Set-Aside opportunity involved asphalt replacement, crack filling, sealcoating, and striping. The solicitation closed on March 13, 2026.
Scope of Work
The project requires comprehensive repair and maintenance of the parking lot at 2615 Yellowstone Drive, Marshfield, WI. Key tasks include:
- Asphalt Replacement: Approximately 900 square yards of asphalt, including saw cutting, removal of existing material, installation of 10 inches of breaker run and 8 inches of compacted base course, and paving with WisDOT spec type MT58-28S asphalt mix (3.5 inches in two lifts).
- Crack Filling & Sealcoating: Routing and filling of asphalt cracks and seams between asphalt and concrete. Application of two coats of bio-based sealcoat (e.g., BioSealcoat) to the entire lot, excluding the newly replaced section.
- Parking Lot Striping: Repainting parking areas, including two handicapped spaces, to match existing lines using bio-based striping paint (e.g., BioStripe). Work is to be performed during normal business hours (7 am - 5 pm, Monday - Friday), with coordination required with USDA technical POCs (Matt Akins, Joe Hattamer) at least one week prior to starting. No government-furnished property or special security is required.
Contract Details
- Contract Type: Firm Fixed-Price.
- Period of Performance: May 1, 2026, to September 30, 2026.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 238990 (All Other Specialty Trade Contractors), with a $19M small business size standard.
- Bonds: A payment bond is required after award; a performance bond is not required.
- Wage Determination: The General Decision Number WI20260010 (dated 01/02/2026) for prevailing wage rates under the Davis-Bacon Act applies.
Submission & Evaluation
- Offer Due Date: March 13, 2026, at 4:00 PM local time.
- Questions Due Date: March 6, 2026, at 12:00 PM Central Time.
- Submission Method: Offers were to be submitted via email to david.hildebrand@usda.gov with the subject line "RFQ 1232SA26Q0205".
- Offer Validity: Offers were required to remain firm for 45 calendar days from the quote receipt date.
- Evaluation Criteria: Award was to be made using a Lowest Priced Technically Acceptable (LPTA) methodology. Technical acceptability required a cover letter acknowledging the payment bond requirement and providing at least two documented references demonstrating recent and relevant experience.
- Registration: Offerors must have been registered with SAM.gov at the time of quote submission.
- Amendments: Bidders were required to acknowledge Amendments 0001 and 0002, which updated the Statement of Work (SOW) to Revision 2, increasing asphalt replacement to 900 square yards and adding overhead maps/location details. Failure to acknowledge amendments would result in technical unacceptability.
Important Notes
This notice, identified as an Award Notice, details a solicitation that has concluded. The information provided outlines the requirements and process for the now-closed opportunity.