SD FTFW MADI 10(2) & 9000(1) REHAB MADISON WMD HQ ROAD
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.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 15 more rate previews.↓
Point of Contact
Agency & Office
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.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.