APIS MODULAR BOARDWALK IAW SPECIFICATIONS
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Park Service (Department of the Interior) is soliciting quotes for ADA Modular Boardwalk Supplies for Apostle Islands National Lakeshore in Wisconsin. This requirement is a 100% Total Small Business Set-Aside and will result in a Firm-Fixed-Price commercial contract. The procurement focuses on furnishing prefabricated modular boardwalk components compatible with existing systems. Questions are due February 24, 2026, and quotes are due March 5, 2026.
Scope of Work
The contractor shall furnish all labor, materials, and equipment necessary to provide ADA Boardwalk Supplies. This includes 375 prefabricated modular boardwalk panels (4 feet wide x 6 feet long). Key specifications include:
- Decking: 2x6 pressure-treated Southern Yellow Pine (SYP), meeting AWPA UC4B, supporting 100 psf live load, with no exposed fasteners.
- Toe Rails: 2x4 pressure-treated SYP, ADA-compliant.
- Structural Frame: ASTM A500 structural steel with 1/4-inch ASTM A36 connection plates, designed for 100 psf live load.
- Connections: Must utilize Posi-Loc® and Posi-Trus® systems or approved equal, fully interchangeable with existing Wickcraft Company systems.
- Galvanizing: Entire frame hot-dip galvanized per ASTM A123/A153.
- Hardware: Stainless steel suitable for exterior and marine-influenced environments.
- Compatibility: New components must visually and functionally match existing NPS boardwalk systems installed between 2015 and 2025.
- Delivery: Within 60 calendar days after contract award to 37705 Roy's Point Blvd, Bayfield, WI 54814.
- Warranty: Structural frame components warranted for the "lifetime of the boardwalk."
Contract Details
- Type: Firm-Fixed-Price commercial contract (Request for Quote - RFQ).
- Set-Aside: 100% Total Small Business Set-Aside.
- NAICS Code: 331210 (Small Business Size Standard: 1000 employees).
- Anticipated Award Date: Within 5 days of receiving offers.
Submission & Evaluation
- Quotes Due: March 5, 2026, by 12:00 PM EST.
- Submission: Via email to colette_riegelmayer@nps.gov.
- Required Submittals: Price schedule (using the provided template), contractor core data (company name, CAGE Code/UEI, POC), manufacturer's technical data sheets, detailed installation requirements, system limitations, shop drawings, and structural calculations.
- "Or Equal" Items: Must be accompanied by detailed side-by-side comparisons and product literature.
- Evaluation: Lowest Price Technically Acceptable (LPTA), considering price reasonableness and potential for unbalanced line items. Quotes will undergo a preliminary review for completeness.
- Eligibility: Offerors must have an active registration in SAM.gov and a Unique Entity Identifier (UEI) at the time of quote submission, award, and throughout contract performance.
Key Dates & Contact
- Questions Due: February 24, 2026, by 12:00 PM EST.
- Quotes Due: March 5, 2026, by 12:00 PM EST.
- Primary Contact: Colette Riegelmayer (colette_riegelmayer@nps.gov, 330-468-2500).
- Technical Contact (for specifications): Shane Basina (Shane_Basina@nps.gov, 715-209-2510).