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 National Park Service (NPS), specifically the SER North MABO office under the Department of the Interior, is soliciting proposals for the cosmetic repair of the pedestrian bridge foundation at Mammoth Cave National Park, Kentucky. This is a Combined Synopsis/Solicitation issued as a Total Small Business Set-Aside. The project involves concrete repairs, substructure work, and the installation of sandstone veneer and limestone caps. Proposals are due by May 1, 2026, at 3:00 PM CST.

Scope of Work

This project focuses on preserving the aesthetic value and ensuring the longevity of the pedestrian bridge foundation. Key tasks include:

  • Surface Crack and Spall Repair: Visual and acoustic inspections, marking delaminated areas, injecting low-viscosity epoxy for small cracks (<1/16"), and chipping out unsound concrete for larger cracks (>1/16") and spalls, followed by polymer-modified mortar application.
  • Substructure Repairs Beneath Bridge Span: Mechanical scarification, installation of modular formwork, drilling and installing #4 epoxy-coated dowels, and placing high-strength, low-shrink concrete.
  • Adhered Stone Veneer System: Installation of natural sandstone veneer units (3"-5" nominal thickness) over a prepared concrete substrate, using high-strength adhesive mortar, with full contact and proper joint tooling.
  • Limestone Cap Installation: Providing and installing two custom-fabricated limestone caps with a pyramidal profile on the top of piers/columns, matching existing materials.

Key Requirements & Clarifications

  • Pedestrian Access: Continuous pedestrian access must be maintained across the bridge throughout the project, with a minimum unobstructed clear walkway width of 48 inches.
  • Overhead Protection: Full overhead protection measures are required to prevent tools and debris from falling.
  • Bridge Weight Limits: Contractors must assume restricted loading conditions, limiting concentrated loads to 2,500 lbs per wheel/point load (unless approved), and ensuring distributed loads do not exceed 75 psf. Equipment specifications and access plans must be submitted. Articulating boom lifts or suspended basket systems are encouraged.
  • Sandblasting: Limited to localized small spots for crack repair only; widespread sandblasting is removed from scope.
  • Performance Standards: All work must comply with applicable ACI, ASTM, OSHA, SMACNA, and NPS historical preservation standards.
  • Work Hours: Monday-Friday, 8:00 AM to 5:00 PM, unless approved otherwise.
  • Submittals: Required for shop drawings, product data, project schedule, site-specific Accident Prevention Plan (APP), and subcontractor lists.

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).
  • Period of Performance: May 6, 2026, to October 28, 2026 (180 calendar days from Notice to Proceed).
  • Place of Performance: Mammoth Cave National Park, Kentucky.

Submission & Evaluation

  • Proposal Due Date: May 1, 2026, by 3:00 PM CST.
  • Submission Method: Via email to arcoiris_cuetara-higa@nps.gov.
  • 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: Bidders must complete and submit "Attachment 5 – LPTA Technical Acceptability & Price Submission Template," detailing two relevant projects, identifying subcontractors, confirming SOW/specs compliance, and providing a proposed schedule. Failure to complete this template accurately will result in a "FAIL."
  • Mandatory Site Visit: A site visit is mandatory for bidders.
  • Bonds: Performance and Payment Bonds are required within 15 calendar days of award.
  • Validity: Offers must be valid for 150 days after the due date.

Contact Information

People

Points of Contact

Cuetara-Higa, ArcoirisPRIMARY

Files

Files

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