Skip to content
Department of Transportation

SD FTFW MADI 10(2) & 9000(1) REHAB MADISON WMD HQ ROAD

Solicitation: 6982AF26SS0008
Notice ID: 8165307322524bbcb2752da454dad435
TypeSources SoughtNAICS 237310PSCY1LBDepartmentDepartment of TransportationAgencyFederal Highway AdministrationStateSDPostedApr 03, 2026, 12:00 AM UTCDueApr 15, 2026, 08:00 PM UTCCloses in 10 days

Sources Sought from FEDERAL HIGHWAY ADMINISTRATION • TRANSPORTATION, DEPARTMENT OF. Place of performance: SD. Response deadline: Apr 15, 2026. Industry: NAICS 237310 • PSC Y1LB.

Market snapshot

Awarded-market signal for NAICS 237310 (last 12 months), benchmarked to sector 23.

12-month awarded value
$681,079,573
Sector total $36,993,509,708 • Share 1.8%
Live
Median
$128,511
P10–P90
$128,511$128,511
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.8%
share
Momentum (last 3 vs prior 3 buckets)
-0%(-$448,306)
Deal sizing
$128,511 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 SD
Live POP
Place of performance
South Dakota • 57042 United States
State: SD
Contracting office
Lakewood, CO • 80228 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
SD20260001 (Rev 0)
Match signal: state matchOpen WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
+15 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 15 more rate previews.
Davis-BaconBest fitstate match
SD20260001 (Rev 0)
Open WD
Published Jan 30, 2026South Dakota • Aurora, Beadle, Bennett +63
Rate
ELECTRICIAN
Base $35.43Fringe $8.69
Rate
IRONWORKER Group 1
Base $26.93Fringe $0.00
Rate
Group 2
Base $28.97Fringe $0.00
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260021 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Beadle, Clark, Day +13
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
CARPENTER (Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+14 more occupation rates in this WD
Davis-Baconstate match
SD20260010 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Charles Mix
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR (Duct, Pipe & Mechanical System Insulation)
Base $55.34Fringe $34.03
Rate
BRICKLAYER
Base $38.16Fringe $5.59
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD
Davis-Baconstate match
SD20260028 (Rev 1)
Open WD
Published Jan 16, 2026South Dakota • Minnehaha
Rate
BRICKLAYER
Base $41.90Fringe $4.94
Rate
CARPENTER (Drywall Finishing/Taping, Drywall Hanging and Metal Stud Installation Only)
Base $36.34Fringe $17.15
Rate
ELEVATOR MECHANIC
Base $56.30Fringe $38.43
+13 more occupation rates in this WD

Point of Contact

Name
Douglas Whitcomb
Email
cflacquisitions@dot.gov
Phone
Not available
Name
Jorey Deml
Email
cflcontracts@dot.gov
Phone
Not available

Agency & Office

Department
TRANSPORTATION, DEPARTMENT OF
Agency
FEDERAL HIGHWAY ADMINISTRATION
Subagency
6982AF CENTRAL FEDERAL LANDS DIVISI
Office
Not available
Contracting Office Address
Lakewood, CO
80228 USA

More in NAICS 237310

Description

THIS IS NOT A REQUEST FOR BID – PLANS AND SPECIFICATIONS ARE NOT AVAILABLE.

THIS NOTICE IS BEING ISSUED TO DETERMINE IF THERE IS SUFFICIENT  INTEREST FROM QUALIFIED PRIME CONTRACTORS who are small businesses, HUBZone small businesses, woman owned small business concerns, 8(a) small businesses, or service disabled veteran-owned small businesses and who intend to submit a bid for this solicitation to allow for a set-aside in one of these programs.  Interested businesses must submit the following by e-mail to CFLAcquisitions@dot.gov (Attn:  Douglas Whitcomb) for receipt by close of business (2 p.m. local Denver time) on April 20, 2026: 

(1) A positive statement of your intention to submit a bid for this solicitation as a Prime Contractor;

(2) A list of all confirmed socioeconomic categories (i.e., 8(a), small disadvantaged business, HUBZone small business, service-disabled veteran-owned small business, EDWOSB, or WOSB status) that apply to your business;

(3) A letter from a bonding agent stating your firm’s capability to bond for a single project of $1 million, and your firm’s aggregate bonding capacity; and

(4) Provide a list of road construction projects of equal or greater value and scope to the SD FTFW MADI 10(2) & 9000(1), REHAB MADISON WMD HQ ROAD project in which you performed work similar in scope.  DO NOT SEND INFORMATION ON PROJECTS THAT DO NOT INCLUDE THE ABOVE WORK.

The size of a small business firm includes all parents, subsidiaries, affiliates, etc.  Refer to the Code of Federal Regulations 13 CFR 121.103 for information on how the SBA determines affiliation and 13 CFR 121.108 regarding the penalties for misrepresentation of size status.  All firms should be certified in the System for Award Management (SAM) located at https://www.sam.gov/

PROJECT DESCRIPTION: 

The scope of this project includes pavement reconstruction to the approach road and parking lot for the Madison Wetland Management District (WMD) Headquarters and the United States Fish and Wildlife Service (USFWS) Visitor Center. The designed pavement section is proposed to be 3.5 inches of asphalt concrete pavement (ACP) over 4 inches of aggregate base material. The proposed parking lot will be installed at grade with the adjacent sidewalk and concrete trail. The project will improve safety and mobility for staff and visitors by providing improved access to and parking for the Payne Waterfowl Production Area (WPA). The pavement improvements will also extend the service life of the access road and parking lot wearing surfaces.

SUMMARY SCOPE OF THE WORK: 

The existing two-way, single-lane operation of the access road will be preserved by constructing a consistent 14-foot roadway section. Pavement reconstruction will also address the approach road apron on the left side of the roadway between stations 106+02 and 106+74.

The project also includes full reconstruction of the existing parking lot and the asphalt apron on its east side, which connects to the concrete trail leading to the visitor center’s east entrance. The updated pavement marking layout will provide eight 10-foot by 20-foot parking stalls with one accessible stall on the north side, and ten 10-foot by 20-foot stalls on the south side. The northern edge of the parking area will maintain its existing tie-in elevation with the 6-foot sidewalk, and the parking surface will be regraded to a uniform 1.75% cross slope, removing the existing centerline grade break.

PRINCIPAL WORK ITEMS:

  • 20401-0000 Roadway Excavation: 550 CUYD
  • 20402-0000 Subexcavation: 200 CUYD
  • 30202-2000 Roadway Aggregate, Method 2: 600 TON
  • 40301-0000 Asphalt Concrete Pavement, 500 TON

ANTICIPATED SCHEDULE

The anticipated advertisement date for the project is May 2026 with construction anticipated from July 2026 to October 2026. 

DISCLOSURE OF MAGNITUDE: 

The estimated price range is between $500,000 and $1,000,000.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

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

Analysis is being generated for this notice. Check back shortly.

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.