Z--UMESC WEST PARKING LOT REPAIR - MILLING
ID: 140G0225R0011Type: Solicitation
AwardedJul 10, 2025
$162.2K$162,200
AwardeePARLIAMENT LLC 2427 BRENTWOOD RD Beachwood OH 44122 USA
Award #:140G0225P0067
Overview

Buyer

INTERIOR, DEPARTMENT OF THEUS GEOLOGICAL SURVEYOFC OF ACQUISITION GRANTS-DENVERDENVER, CO, 80225, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF PARKING FACILITIES (Z2LZ)

Set Aside

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

    The U.S. Geological Survey (USGS) is seeking qualified small businesses to undertake the milling, resurfacing, and re-striping of the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center in La Crosse, Wisconsin. The project involves approximately 37,000 square feet of work, including the removal and replacement of asphalt, surface milling, application of tack coats, and restriping, all to be completed within 60 days from the notice to proceed. This contract is crucial for maintaining the safety and functionality of the facility's parking infrastructure, ensuring compliance with federal, state, and local codes. Interested contractors must submit their proposals by the specified deadlines, with the estimated construction cost ranging between $100,000 and $250,000, and are encouraged to contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a "Release of Claims" form issued by the United States Department of the Interior, required as part of the contractual process between the United States and contractors. This form is necessitated upon the completion of contracted work and before final payment is processed. It outlines that the contractor must release the United States from any further claims or liabilities associated with the contract, except for specified exceptions. The document must be signed by the contractor, which can include individuals, corporations, partnerships, or joint ventures, and it requires certification if a corporation is involved, confirming the signer has the authority to act on behalf of the corporate entity. The inclusion of details such as contract number, amount due, and the identity of the contractor is essential for clarity and traceability. This release form is integral in managing contractual relationships and ensuring that all parties agree on the fulfillment of obligations before financial settlement, reinforcing legal protections for the government and effective transaction closure.
    The document serves as a statement and acknowledgment form for subcontractors involved in federal contracting, particularly concerning the compliance with various labor standards. It outlines critical information regarding the prime contractor, the subcontractor, and the contractual obligations tied to the federal contract, including clauses like the Contract Work Hours and Safety Standards Act and payroll requirements. The prime contractor confirms the existence of the mentioned labor standards clauses and provides details of the subcontract awarded. In part two, the subcontractor acknowledges their awareness of these clauses, detailing compliance requirements related to wage rates, payroll records, and eligibility certifications. The form necessitates signatures from authorized representatives of both the prime contractor and subcontractor to validate the agreement. This document is pivotal in ensuring adherence to federal regulations within the context of RFPs and government contracts, emphasizing accountability and transparency in subcontractual relationships. It operates within the framework of the Paperwork Reduction Act, indicating the U.S. General Services Administration's role in overseeing the information collection process.
    The U.S. Geological Survey (USGS) is seeking contractors for the milling, resurfacing, and re-striping of the deteriorated West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center in La Crosse, Wisconsin. The project encompasses a total area of approximately 37,000 square feet, requiring the removal and replacement of asphalt, surface milling, application of tack coats, and restriping in accordance with federal, state, and local codes. Contractors must prepare a project plan that outlines their proposed schedule, materials, and methods, including detailing their experience with similar projects of at least $50,000 in value. The work must be done outside regular facility hours to avoid disrupting ongoing research. A timeline for project completion is set at 60 days from notice to proceed, and contractors are held responsible for compliance with industry standards as well as insurance against potential damages. This invitation for proposals will prioritize contractors based on criteria such as past experience, qualifications, project plans, and pricing to ensure quality work and accountability. The overall goal is to ensure the parking lot is safe and functional post-renovation while adhering to established guidelines and standards.
    The document is the Davis-Bacon and Related Acts (DBRA) Weekly Certified Payroll Form (WH-347) utilized by contractors and subcontractors on federal or federally assisted construction contracts. It serves as a record-keeping tool for payroll information that must be submitted weekly, as mandated by the DBRA regulations. The form collects essential details including project name, contractor information, worker identification, hours worked, wage rates, deductions, and benefits. It emphasizes the requirement for contractors to ensure that workers are compensated according to prevailing wage rates, including any fringe benefits, and to certify compliance with these regulations. Key components of the WH-347 include the submission of accurate data regarding wages and working conditions, ensuring that all laborers receive their rightful pay without unlawful deductions. Contracts require that each payroll submission is accompanied by a signed Statement of Compliance to affirm accuracy. Moreover, the document promotes transparency and accountability in labor practices and establishes penalties for falsification, highlighting the federal government's commitment to protecting workers' rights in construction projects. Overall, this form is crucial for enforcing wage standards and ensuring compliance in federally funded construction endeavors.
    The document outlines the work requirements for asphalt replacement in the West Parking Lot. The contractor is tasked with removing existing asphalt, repairing the underlying base, and installing new asphalt in accordance with Wisconsin Asphalt Pavement Association and Department of Transportation guidelines. The project includes addressing uneven curbing around storm drains, removing tree roots causing damage, and adhering to specific parking space dimensions and striping layouts. The contractor must coordinate with the USGS Technical Liaison to avoid interrupting ongoing research and ensure compliance with safety standards throughout construction. Completion documentation includes a final inspection by the Government to assess quality and conformity to standards, with a warranty on workmanship for 12 months post-acceptance. The timeline for completion is set at 60 days from the notice to proceed, highlighting the project's urgent nature while ensuring all work meets regulatory requirements and industry standards. This RFP aims to maintain facility integrity and functionality while upgrading critical infrastructure.
    The document is an amendment to a government solicitation related to a contract modification, specifically focusing on an upcoming site visit for contractors on April 29, 2025. The amendment dictates the procedures for acknowledging receipt of this modification, emphasizing that offers must be updated by the specified date to avoid rejection. The key details include that contractors must patch core holes at their expense following the investigation of a parking lot, and the period of performance for the project is set from July 30, 2025, to September 30, 2025. The document outlines the necessity for contractors to acknowledge the amendment through various means and specifies that all other terms remain unchanged. This amendment ensures clarity regarding contractor obligations and outlines the timeline for project activities, indicating the government’s organized approach to procurement and contract management.
    This government document serves as an amendment to a solicitation, specifically providing updates to "Section 2: Work Requirements." It outlines the procedures for acknowledging receipt of the amendment, which must occur by specific methods prior to the designated hour and date of submission. The period of performance for the amended contract is defined as July 30, 2025, to September 30, 2025. Importantly, the amendment clarifies that it modifies existing contracts/orders, indicating that it includes essential administrative changes and substantive updates related to the specified section. Contractors are alerted to the need to accept these changes to ensure their offers remain valid. The document maintains all prior conditions unchanged unless explicitly altered by the amendment. This amendment is a critical component of the federal contracting process, ensuring that all involved parties have the latest information and requirements necessary for compliance and execution of the contract.
    The solicitation outlines a government contract for the milling and repair of a parking lot at the Upper Midwest Environmental Science Center, with an estimated construction cost between $100,000 and $250,000. Conducted as a Total Small Business Set-aside, the project invites proposals from qualified small businesses and includes detailed requirements for performance, timelines, and a mandatory pre-proposal site visit. Contractors must begin work within ten calendar days post-award and complete the project by September 30, 2025. Key contract clauses detail inspection protocols, liability, environmental compliance, and the provision of performance and payment bonds. Proposals must be submitted via email, and questions are directed to the point of contact listed. Additionally, contractors are required to adhere to conditions regarding sustainable products, safety, and employee background checks, ensuring the project meets government standards and regulations. Overall, the solicitation emphasizes the government’s commitment to fair contracting processes while ensuring quality and environmental responsibility in public projects.
    Lifecycle
    Similar Opportunities
    Z--OTWSC Stream Gage Site Construction and Maintenance IDIQ
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is seeking qualified contractors for the Z--OTWSC Stream Gage Site Construction and Maintenance Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at providing essential construction and maintenance services at stream gage sites in Texas. The contract will encompass a range of tasks including alteration, renovation, removal, remediation, and construction services, requiring contractors to supply all necessary materials, labor, equipment, and supervision while adhering to local, state, and federal regulations. This opportunity is particularly significant for small businesses, including those classified as Section 8(a), HUBZone, SDVOSB, WOSB, and EDWOSB, as the government aims to ensure adequate competition among responsible contractors. Interested firms must submit their responses by December 23, 2025, at 5 PM CT, to Kimberly Schneider at krschneider@usgs.gov, and must be registered in the System for Award Management (SAM) with a Unique Entity Identifier (UEI).
    Y--Beach Access Upgrades
    Interior, Department Of The
    The Department of the Interior, through the National Park Service, is seeking bids for the Beach Access Upgrades project at Apostle Islands National Lakeshore in Bayfield, WI. The project involves the removal and demolition of existing structures and vegetation, followed by the construction of a staircase, pathway, concrete paving adjacent to the parking lot, retaining walls, and vegetative surface restoration. This initiative is crucial for enhancing visitor access and safety at the park. The contract, valued between $500,000 and $750,000, is set aside for total small businesses, with an anticipated award date in March/April 2026 and work expected to commence shortly thereafter. Interested contractors should contact Craig D. Bryant at craigbryant@nps.gov or 440-717-3706 for further details.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Kimball Creek Culvert Replacement FR-304
    Agriculture, Department Of
    The U.S. Department of Agriculture's Forest Service is seeking proposals from qualified small businesses for the replacement of the Kimball Creek Culvert on Forest Road 304 in Grand Marais, Minnesota. The project involves comprehensive tasks including the demolition of the existing culvert, installation of a new structural plate arch, traffic control, and environmental protection measures, particularly as Kimball Creek is a designated trout stream requiring specific work timing between June 30th and September 15th. This procurement is a Total Small Business set aside, with an estimated project value between $1 million and $5 million, and proposals are expected to be submitted following the solicitation release on or about January 5, 2026. Interested vendors should contact Michelle Reed at michelle.r.reed@usda.gov for further details and ensure they are registered in the Systems for Awards Management (SAM) prior to proposal submission.
    Forest Service - Groveland Storm Damage Repair
    Agriculture, Department Of
    The U.S. Department of Agriculture, through the Forest Service, is soliciting proposals for the Groveland Storm Damage Repair project located in the Stanislaus National Forest, California. This total small business set-aside contract, valued between $500,000 and $1,000,000, aims to repair landslides on two Forest roads, involving tasks such as constructing retaining structures, re-establishing road prisms, resurfacing, and implementing erosion control measures. The project is critical for restoring access and safety to the affected areas following damage from severe weather events in 2023. Proposals are due by January 12, 2026, at 11:00 AM PDT, with a mandatory site visit scheduled for January 6, 2026. Interested contractors should direct inquiries to Tanya Torres at tanya.torres@usda.gov and are required to adhere to various performance and bonding requirements throughout the project duration.
    WY NPS GRTE 2020(1), Moose Wilson Road Phase 2 and WY NP GRTE 11(1), Teton Park Road – Moose to Taggart Lake Trailhead
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is seeking contractors for the reconstruction of Moose Wilson Road Phase 2 and Teton Park Road – Moose to Taggart Lake Trailhead in Teton County, Wyoming. The project involves extensive work including utilities, grading, asphalt and minor concrete pavement, roadway obliteration, and site improvements over a distance of 2.95 miles. This initiative is crucial for enhancing transportation infrastructure within Grand Teton National Park, ensuring improved access and safety for visitors. The estimated contract value ranges from $20 million to $30 million, with a tentative completion date set for Winter 2027. Interested vendors can contact the Contracts G. Office at wfl.contracts@dot.gov or by phone at 360-619-7520 for further information and are encouraged to register on SAM.gov to receive updates on the solicitation documents expected to be released in Fall/Winter 2025.
    76--GPSC5 Amendment Seven Industry Day Agenda
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is hosting an Industry Day on December 17, 2025, to discuss the Geospatial Products and Services Contract Version 5 (GPSCv5), which aims to procure geospatial mapping services through multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts. This procurement, with an estimated maximum ceiling of $850 million over five years, includes a partial Small Business set-aside and focuses on services such as remote sensing data acquisition, processing, and the creation of high-resolution geospatial products. Interested firms must submit their qualifications via the SF330 form by January 14, 2026, and are encouraged to RSVP for the Industry Day by December 8, 2025, to engage in discussions about the acquisition strategy, evaluation criteria, and opportunities for small businesses. For further inquiries, contact Trisha Beals at GPSC5@usgs.gov.
    Idaho, Montana, and Surrounding Areas Multiple Award Task Order Contract (MATOC)
    Transportation, Department Of
    The Department of Transportation, specifically the Federal Highway Administration, is announcing a forthcoming solicitation for a Multiple Award Task Order Contract (MATOC) focused on construction work in Idaho, Montana, and surrounding areas. The opportunity includes a sample project for the rehabilitation of the parking area at the Glacier National Park Headquarters, designated as MT NP GLAC P HQ(3), which will be evaluated based solely on pricing, although it will not be awarded or constructed. This initiative underscores the government's commitment to enhancing infrastructure within national parks while adhering to federal and state guidelines for construction projects. Interested contractors are encouraged to visit the project site in West Glacier, Montana, before winter conditions limit access, and should direct technical inquiries via email to the provided address. The MATOC solicitation documents are expected to be available during the winter of 2024/2025, with updates accessible on the SAM site.
    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.
    Z--NCR PRWI: CARTERS POND VISITOR ACCESS
    Interior, Department Of The
    The National Park Service is seeking proposals for a construction project at Prince William Forest Park in Triangle, Virginia, specifically for the replacement of a gravel trail with a porous pavement trail. This project, designated as PRWI 242833, is a total small business set-aside under NAICS code 237310, with a small business size standard of $45 million, and an estimated project magnitude between $250,000 and $500,000. The contract duration is expected to be 160 calendar days, with the solicitation to be issued electronically on or after December 8, 2025, on SAM.gov. Interested vendors must be registered and active in SAM, including having a UEI number, and can direct questions to Tim Wind at timwind@nps.gov.