Z--MACA-REPAIR OF PEDESTRIAN BRIDGE FOUNDAT

SOL #: 140P5326Q0017Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
SER NORTH MABO (53000)
GATLINBURG, TN, 37738, United States

Place of Performance

Place of performance not available

NAICS

Highway (237310)

PSC

Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)

Set Aside

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

Timeline

1
Posted
Mar 31, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 1, 2026, 8:00 PM

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 Department of the Interior, National Park Service (NPS), through its SER NORTH MABO office, is soliciting proposals for the Cosmetic Repair of a Pedestrian Bridge Foundation at Mammoth Cave National Park, Kentucky. This opportunity is a Total Small Business Set-Aside for contractors to perform concrete and veneer repairs. Quotations are due by May 1, 2026, at 3:00 PM CST.

Scope of Work

The project involves comprehensive cosmetic repairs to the concrete foundation of a pedestrian bridge. Key tasks include:

  • Surface Crack and Spall Repair (approx. 663 SF): Visual and acoustic inspection, marking delaminated areas, sandblasting, epoxy injection for small cracks, and chipping/non-shrink mortar for larger cracks.
  • Beneath-Bridge Substructure Repairs: Mechanical scarification, formwork installation, placement of high-strength concrete, and vibration for consolidation.
  • Sandstone Veneer Installation: Application of matching sandstone veneer on the hotel side (150-200 SF) and alternating retaining wall blocks on the visitor center side (100-150 SF), adhering to existing materials in pattern, thickness, and texture. All work must comply with applicable ACI, ASTM, OSHA, SMACNA, and NPS historical preservation standards.

Contract Details

  • Contract Type: Firm-Fixed-Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Product Service Code: Z2LB (Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways).
  • NAICS Code: 237310 (Ready-Mix Concrete Manufacturing) with a $45 Million size standard.
  • Period of Performance: May 6, 2026, to October 28, 2026, with work to be completed within 180 calendar days from the Notice to Proceed.
  • Bonds: Performance and Payment Bonds are required within 15 calendar days of award.

Evaluation & Submission

  • Evaluation Criteria: Lowest Price Technically Acceptable (LPTA). Award will be made to the responsible small business quoter whose quotation is determined Technically Acceptable (PASS) and whose total evaluated price is the lowest and determined fair and reasonable.
  • Technical Acceptability: Evaluated based on Attachment 5 (LPTA Technical Acceptability & Price Submission Template), requiring details on two relevant projects within the last five years, identification of key subcontractors, compliance with SOW/specifications, and a proposed schedule. Failure to complete any required entry in this template will result in a "FAIL" rating.
  • Site Visit: A mandatory site visit was scheduled for April 7, 2026.
  • Submission: Quotations must be submitted via email to arcoiris_cuetara-higa@ios.doi.gov.
  • Due Date: May 1, 2026, by 3:00 PM CST. Offers must be valid for 150 days.

Special Requirements

  • Pedestrian Access: Continuous pedestrian access must be maintained with a minimum 48-inch clear walkway, compliant with ABA/ADA.
  • Protection: Full overhead protection is required to prevent debris from falling onto underlying infrastructure.
  • Work Hours: Monday through Friday, 8:00 AM to 5:00 PM, with no work on Federal holidays or weekends without prior approval.
  • Wage Rates: Bidders must adhere to the Kentucky Highway Construction Wage Rates (General Decision Number KY20260040).
  • Submittals: Required for shop drawings, product data, and a site-specific Accident Prevention Plan (APP).

People

Points of Contact

Cuetara-Higa, ArcoirisPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 6
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
View
Version 5
Combined Synopsis/Solicitation
Posted: Apr 29, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Apr 27, 2026
View
Version 3Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Mar 31, 2026
View