Construction Project – Parking Lot Sealcoat Treatment and Striping in Accordance with the Statement of Work
ID: 1305M325Q0041Type: Combined Synopsis/Solicitation
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASEATTLE, WA, 98115, USA

NAICS

All Other Specialty Trade Contractors (238990)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking qualified contractors for a construction project involving parking lot sealcoat treatment and striping at its Weather Forecast Offices in Pocatello, ID, and Las Vegas, NV. The project aims to address the deteriorating conditions of the parking lots, which have not been maintained for 10-15 years, requiring comprehensive crack repair, sealcoating, and re-striping, including the installation of ADA-compliant handicap stalls. This initiative is crucial for maintaining the infrastructure of NOAA facilities and ensuring safe access for staff and visitors. Interested small businesses must submit their proposals via the FedConnect portal by January 17, 2025, with a performance period of 240 days post-award, and the estimated contract value is between $25,000 and $100,000. For further inquiries, contact Marilyn Herrera at marilyn.herrera@noaa.gov or call 303-578-2707.

    Point(s) of Contact
    Files
    Title
    Posted
    The government file outlines a request for proposals (RFP) for a construction project involving parking lot sealcoating and striping at two National Weather Service offices located in Pocatello, ID, and Las Vegas, NV. This project is set aside for small businesses and is governed by FAR regulations, requiring compliance with numerous clauses, including the need for written warranties and site inspections. The project has a fixed-price contract with a total value estimated between $25,000 and $100,000, with a performance period not exceeding 240 days from award. Offerors must submit detailed technical proposals, including prior work experience and references, emphasizing technical capability and past performance over price. All proposals must be submitted via the FedConnect web portal, and contractors must ensure compliance with safety and conduct requirements. A thorough understanding of project specifications, including the cleaning and repair of asphalt surfaces, application of sealant, and re-striping, is imperative for vendor success. Overall, the document serves as a comprehensive guide for potential contractors interested in bid submission for this federal project.
    The National Weather Service (NWS) requires parking lot sealcoat treatment and striping for its Weather Forecast Offices in Pocatello, ID, and Las Vegas, NV, as their current surfaces have not been maintained for 10-15 years and exhibit significant deterioration. The chosen contractor must provide all necessary labor, materials, and supervision, ensuring compliance with all applicable codes and regulations. The project involves crack repair, sealcoating, and re-striping, including ADA-compliant handicap stalls. The contractor is responsible for preparing the surface, applying an approved sealant, and re-establishing existing pavement markings per established guidelines. A detailed plan must be submitted promptly, including specifications for materials and a work schedule. All work must be completed within 240 calendar days after material receipt, with invoicing managed via the designated platform upon project completion. This project outlines specific safety, security, and regulatory requirements, emphasizing the importance of a safe work environment and adherence to federal guidelines. The endeavor reflects the NWS's commitment to maintaining its facilities effectively while ensuring compliance with legal standards and safety protocols.
    The document outlines wage determinations for highway construction projects in Bannock County, Idaho, under the general decision number ID20250091, effective January 3, 2025. It specifies minimum wage rates for various construction roles, referencing Executive Orders 14026 and 13658 regarding wages for federal contracts, with rates adjusted annually. Workers on contracts awarded after January 30, 2022, should be paid at least $17.75 per hour, while those under contracts prior to this date but not renewed must receive at least $13.30 per hour. The document details classifications of laborers and operators, including pay rates and fringe benefits, as well as zone differentials based on project location distances. Additional guidelines remind contractors of requirements for sick leave under Executive Order 13706 and processes for appealing wage determinations. This wage determination serves to enforce fair labor standards and ensure compliance with federal regulations on construction projects funded by government contracts.
    The document, a General Decision Number for construction projects in Clark County, Nevada, presents wage determinations under the Davis-Bacon Act. The issued wage rates must comply with Executive Orders 14026 and 13658, stipulating minimum hourly payments for covered workers: $17.75 for contracts initiated on or after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. Wage rates for various labor classifications, including skilled trades and general laborers, are specified alongside applicable fringe benefits. Additionally, the document outlines the process for appealing wage determinations and clarifies the classification of rates as union, survey, or state-adopted. The requirements also emphasize paid sick leave provisions for federal contractors under Executive Order 13706. This file serves to ensure compliance with federal wage standards, offering guidance for contractors involved in highway construction projects and highlighting important worker protections. As such, it is critical for entities responding to RFPs or seeking federal grants to adhere to these wage regulations and stipulations as part of their contract obligations.
    The Past Performance Questionnaire is a form designed for contractors to summarize their relevant contract information and performance metrics. Contractors must complete initial blocks detailing their firm information, contract specifics, and project descriptions. A client reference is then required to evaluate the contractor's performance across various categories like quality, schedule adherence, cost control, management effectiveness, regulatory compliance, and overall customer satisfaction using a rating scale from Exceeds (E) to Unsatisfactory (U). Each section allows for additional remarks and an overall project rating. The completed document is submitted via email, underlining the government’s right to verify the provided information. This questionnaire serves as a critical tool within federal and state RFP processes, facilitating the assessment of contractor performance and credibility, thereby influencing future contracting decisions.
    The government document outlines a Request for Proposal (RFP) for a firm-fixed-price contract focusing on the sealcoating and striping of parking lots for the National Weather Service offices in Pocatello, ID, and Las Vegas, NV. The project is set aside for small businesses and requires compliance with specific federal regulations. Bids are accepted under the Simplified Acquisition Threshold, with a maximum bonding requirement of $35,000. Key details include a 240-day performance period post-award and the necessity for bidders to visit the work sites. Quotes will be evaluated based on technical approach, experience, past performance, and price, with non-price factors holding greater significance. Contractors are expected to supply all materials and labor necessary for treating existing asphalt surfaces, including crack repairs, seal coating, and re-striping, while adhering to safety regulations. Additionally, contractors must provide detailed specifications for materials used, a work schedule, and proof of warranty. This solicitation reflects the government's intent to maintain and enhance the infrastructure of its facilities while promoting small business participation in federal contracts.
    Similar Opportunities
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    NOAA Ship Henry B. Bigelow: Service Life Extension Program (SLEP) Services
    Commerce, Department Of
    The National Oceanic and Atmospheric Administration (NOAA) is seeking proposals for the Service Life Extension Program (SLEP) repairs to the NOAA Ship Henry B. Bigelow, a critical asset for marine and atmospheric operations. The procurement involves extensive repairs and upgrades, including structural work, vessel repowering, and the replacement of key systems such as dynamic positioning, fire alarm systems, and various pumps and refrigeration units. The estimated repair period is set to last 14 months, commencing in February 2028 and concluding by April 2029, with a Request for Proposal (RFP) anticipated in December 2025 and proposals due by February 2026. Interested contractors must be registered in SAM.gov and can contact Tamara Horton at Tamara.Horton@noaa.gov or Andrew Northcutt at andrew.northcutt@noaa.gov for further details.
    NM NP MULTI PMS(1), Pavement Preservation New Mexico
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the NM NP MULTI PMS(1) Pavement Preservation project in New Mexico, which involves maintenance work across various national parks and monuments. The project includes tasks such as crack sealing, patching, chip seal application, micro surface treatments, and pavement marking over a total length of 33.49 miles, with an estimated completion date in Winter 2025. This initiative is crucial for maintaining infrastructure and ensuring the safety of public roadways while preserving national heritage sites. Interested vendors can contact the Contracts G. Office at contracts@mail.wfl.fhwa.dot.gov or by phone at 360-619-7520, with the estimated project cost ranging between $5 million and $10 million and anticipated solicitation in Fall 2025.
    OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the "OR WA NP MULTI PMS(1), Pavement Preservation Oregon and Southern Washington" project, which involves pavement preservation work at several national park sites. The project includes tasks such as crack sealing, patching, microsurfacing, and pavement marking over a total length of 3.85 miles, specifically at Fort Vancouver National Historic Site, Lewis and Clark National Historic Park, and Oregon Caves National Monument. This initiative is crucial for maintaining the infrastructure of these historical sites, ensuring safe access for visitors and preserving the integrity of the roads. The estimated contract value ranges from $2 million to $5 million, with a tentative completion date set for Summer 2026. Interested vendors can obtain further details and submit inquiries to the Contracts G. Office via email at wfl.contracts@dot.gov or by phone at 360-619-7520, and are encouraged to register on SAM.gov for updates on the solicitation documents expected to be available in Winter 2025/2026.
    ID BOR SRAO TCROWN(1), Crown Point Trail and Parking Area
    Transportation, Department Of
    The Department of Transportation, through the Federal Highway Administration, is seeking qualified contractors for the Crown Point Trail and Parking Area project (ID BOR SRAO TCROWN(1)) located in Valley County, Idaho. The project involves trail construction, resurfacing, slope repair, and paving over a length of 2.7 miles, with an estimated price range between $700,000 and $2,000,000, and a tentative completion date set for Fall 2026. This initiative is part of the Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC) and emphasizes accessibility and environmental protection in compliance with federal standards. Interested vendors must register on SAM.gov to access the Interested Vendors List and are encouraged to monitor the site for solicitation documents expected to be released in early Spring 2026. For inquiries, contact the Contracts G. Office at WFL.contracts@dot.gov or call 360-619-7520.
    FY25 Garage Floor Repairs - 25Z4AF7
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Prisons at the Federal Correctional Complex (FCC) in Florence, Colorado, is seeking qualified contractors for the Garage Floor Repairs project, identified as solicitation number 15B40626Q00000001. The project involves repairing and filling voids in approximately 11,300 square feet of garage and maintenance shop slabs, requiring the contractor to provide all necessary labor, materials, and equipment. This construction contract, valued between $100,000 and $250,000, is a total small business set-aside, with offers due by December 30, 2025, at 10:00 AM Mountain Time. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to attend a pre-quotation conference on December 17, 2025, to discuss project specifics and requirements. For further inquiries, contractors can contact Brittany Baker at b7baker@bop.gov or Steven Dennison at sdennison@bop.gov.
    F--Southeast Fisheries Observer Programs
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking proposals for the Southeast Fisheries Observer Programs and Platform Removal Observer Program through an indefinite delivery indefinite quantity (IDIQ) contract. The procurement aims to secure qualified observers to collect critical environmental, biological, and fisheries data to support marine resource management and conservation efforts. This contract, valued at a maximum of $24,837,381.52, includes both Firm Fixed Price and Time and Materials components, emphasizing the importance of scientific integrity and compliance with various regulations. Interested small businesses must submit their proposals, including past performance questionnaires, by January 10, 2026, with inquiries directed to Carina Topasna at Carina.Topasna@noaa.gov or by phone at 206-526-6350.
    FY26 Airfield Striping & Rubber Removal
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the FY26 Airfield Striping & Rubber Removal project at Dover Air Force Base in Delaware. This procurement is a 100% Small Business set-aside, requiring contractors to provide all necessary labor, materials, equipment, and tools for the project, which has a magnitude between $250,000 and $500,000. The contract will be a Firm Fixed Price (FFP) type, with a performance period of 365 calendar days from the notice to proceed, and proposals are due by 1:00 PM EST on January 9, 2026. Interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil, and proposals must remain valid through March 31, 2026.
    NP BLRI PVT PRES FY25(1) - Pavement Preservation on Blue Ridge Parkway
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is soliciting bids from certified Small Business Concerns for the NP BLRI PVT PRES FY25(1) project, which involves pavement preservation along the Blue Ridge Parkway in Virginia. The project encompasses a range of activities including chip seal and fog seal placement, patching, crack sealing, and pavement markings over a distance of 23.24 miles, from Milepost 143.11 to 174.60, with an estimated total cost between $2,000,000 and $5,000,000. This initiative is crucial for extending the lifespan of the parkway's pavement and ensuring safe travel for visitors, with a performance period of 170 calendar days if all schedules are awarded concurrently. Interested bidders should prepare to submit their proposals electronically and ensure they are registered with the System for Award Management (SAM) by the bid due date, which will be specified in the solicitation documents expected to be released around November 20, 2025. For further inquiries, contact Monique Lynch or C. Shawn Long at EFLHD.CONTRACTS@DOT.GOV.
    MYR ATCT Refurbish Parking Lot
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Aviation Administration (FAA), is seeking proposals for the refurbishment of the parking lot at the MYR Air Traffic Control Tower in Myrtle Beach, South Carolina. The project aims to address safety hazards, drainage deficiencies, and structural failures in the existing parking lot, including tasks such as pressure washing, asphalt replacement, and installation of new fixtures. This refurbishment is crucial for maintaining operational safety and efficiency at the facility. Interested contractors must register in the System for Award Management (SAM) and submit proposals by the specified deadline, with the contract value estimated between $250,000 and $500,000. A mandatory site visit is scheduled for December 18, and all inquiries should be directed to Samantha Pearce at samantha.a.pearce@faa.gov or by phone at 405-954-7739.