Skip to content
Department of Agriculture

Well Repairs

Solicitation: 1232SA26Q0195
Notice ID: 231932836c4f43a88a8a1eeb71f2ca8f

Combined Synopsis Solicitation from AGRICULTURAL RESEARCH SERVICE • AGRICULTURE, DEPARTMENT OF. Place of performance: NE. Response deadline: Mar 17, 2026. Industry: NAICS 237110 • PSC Z2NE.

Market snapshot

Awarded-market signal for NAICS 237110 (last 12 months), benchmarked to sector 23.

12-month awarded value
$35,520,714
Sector total $33,071,130,462 • Share 0.1%
Live
Median
$53,500
P10–P90
$53,500$53,500
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+589%($26,520,714)
Deal sizing
$53,500 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NE
Live POP
Place of performance
Clay Center, Nebraska • 68933 United States
State: NE
Contracting office
Beltsville, MD • 20705 USA

Point of Contact

Name
Joshua J. Dobereiner
Email
josh.dobereiner@usda.gov
Phone
3094033556

Agency & Office

Department
AGRICULTURE, DEPARTMENT OF
Agency
AGRICULTURAL RESEARCH SERVICE
Subagency
USDA ARS AFM APD
Office
Not available
Contracting Office Address
Beltsville, MD
20705 USA

More in NAICS 237110

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12.  This announcement constitutes the only solicitation; offers are being requested, and a separate written solicitation will not be issued. 

Solicitation number 1232SA26Q0195 is issued as a Request for Quotation (RFQ) for well repairs.

This acquisition  is set-aside for small business concerns.  This solicitation incorporates provisions and clauses by reference.  The full text of provisions and clauses may be accessed electronically at www.acquisition.gov.

The applicable North American Industry Classification Standard Code is 237110.  The small business size standard is $45.0 million.  This acquisition is a Total Small Business Set-Aside.  All responsible sources may submit a quotation which will be considered by the agency. 

All questions regarding this solicitation must be submitted in writing to the Contracting Officer, Josh Dobereiner, via email to josh.dobereiner@usda.gov.  Questions must be submitted no later than 3:00 PM Central Standard Time (CST) on February 20, 2026.  Answers to all questions received by that time will be posted as an amendment to the solicitation.  No questions will be answered after this date unless determined to be in the best interest of the Government as deemed by the Contracting Officer.  Telephone requests for information will not be accepted or returned.

See “Attachment 1 – Solicitation Terms and Conditions” for applicable clauses, instructions, and evaluation criteria. 

Statement of Requirement

See “Attachment 2 – Statement of Work” for complete details on the work required. 

Definitization of Equitable Adjustments for Change Orders – Pursuant to FAR 36.101-4(b), information regarding USDA’s definitization of equitable adjustments for change orders under construction contracts may be found at https://www.usda.gov/da/ocp/ppd/policies-regulations/far.

Technical Data – Technical data and supporting documentation associated with this solicitation are available through the following sources:

  1. Solicitation Attachments

The following documents are included as attachments to this solicitation and can be accessed via the “Attachments/Links” section of the posting:

  • Attachment 2 – Statement of Work
  • Attachment 3 – Wage Determination – Building
  • Attachment 4 – Wage Determination – Heavy

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Updated: Feb 15, 2026
Executive summary

USDA Agricultural Research Service issued RFQ 1232SA26Q0195 as a Combined Synopsis/Solicitation (FAR Part 12) for “Well Repairs,” set aside as a Total Small Business Set-Aside under NAICS 237110 (size standard $45.0M). Quotes are due 2026-03-17 19:00 UTC, and all Q&A must be submitted in writing to the Contracting Officer, Josh Dobereiner (josh.dobereiner@usda.gov), by 3:00 PM CST on 2026-02-20. The solicitation points offerors to Attachment 1 (Terms/Conditions incl. evaluation criteria) and Attachment 2 (Statement of Work) for the complete requirements. Davis-Bacon wage determinations are included as Attachment 3 (Building) and Attachment 4 (Heavy), signaling construction-labor compliance will matter to pricing and staffing.

What the buyer is trying to do

Procure a small-business contractor to perform well repair work under a commercial-items RFQ, evaluated per the instructions/criteria in “Attachment 1 – Solicitation Terms and Conditions,” and executed per “Attachment 2 – Statement of Work,” with applicable construction wage determinations (Building and Heavy) applied.

Work breakdown
  • Review Attachment 2 – Statement of Work to identify each required well repair task, deliverable, and acceptance requirement.
  • Review Attachment 1 – Solicitation Terms and Conditions for quote format, submission instructions, and evaluation criteria; confirm any mandatory licenses/certifications, safety submittals, and schedule constraints stated there.
  • Build a labor plan compliant with Attachment 3 (Wage Determination – Building) and Attachment 4 (Wage Determination – Heavy), mapping crew classifications to the work activities.
  • Develop the technical approach for the well repairs (methods, equipment, sequencing, and any coordination steps specified in the SOW).
  • Develop pricing consistent with FAR Part 12 RFQ instructions (as provided in Attachment 1), including any required breakout (e.g., CLIN/line-item, labor/material/equipment) if specified.
  • Prepare and submit written questions by 2026-02-20 3:00 PM CST to clarify any ambiguities in Attachment 1/2 before final quote.
  • Submit the complete quotation package by 2026-03-17 19:00 UTC via the method required in Attachment 1.
Response package checklist
  • Attachment 1 – Solicitation Terms and Conditions: comply with all quote formatting, submission method, and required representations/acknowledgments stated there.
  • Attachment 2 – Statement of Work: a technical response that maps directly to each requirement (scope, deliverables, and any constraints listed).
  • Pricing response in the format required by Attachment 1 (e.g., line-item/CLIN structure if provided there).
  • Davis-Bacon compliance planning reflected in pricing and staffing using Attachment 3 (Wage Determination – Building) and Attachment 4 (Wage Determination – Heavy).
  • Acknowledgment of any amendments posted in response to questions (the notice states answers will be posted as an amendment).
  • Timely submission by the RFQ deadline: 2026-03-17 19:00 UTC.
Suggested keywords
1232SA26Q0195Well RepairsUSDAAgricultural Research ServiceARSCombined Synopsis/SolicitationRFQFAR Part 12NAICS 237110PSC Z2NETotal Small Business Set-AsideAttachment 1 Solicitation Terms and ConditionsAttachment 2 Statement of WorkWage Determination Building
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Attachment 1 content (submission instructions and evaluation criteria)
  • Attachment 2 SOW details (exact repair scope, deliverables, and performance requirements)
  • Place of performance/site location and access constraints
  • Period of performance (start/end or required schedule)

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.