Z--MACA-REPAIR OF PEDESTRIAN BRIDGE FOUNDAT
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 Department of the Interior, National Park Service is soliciting proposals for the Repair of Pedestrian Bridge Foundation at Mammoth Cave National Park, Kentucky. This Firm-Fixed-Price contract is a Total Small Business Set-Aside for cosmetic repairs, substructure work, and stone veneer installation on a vital pedestrian bridge. Proposals are due May 1, 2026, at 3:00 PM CST.
Scope of Work
The project involves comprehensive cosmetic and structural repairs to the concrete foundation of a pedestrian bridge. Key tasks include:
- Surface Crack and Spall Repair: Visual and acoustic inspection, epoxy injection for small cracks (<1/16"), and chipping/non-shrink mortar application for larger cracks (>1/16").
- Beneath-Bridge Substructure Repairs: Mechanical scarification, formwork installation, epoxy-coated dowel placement, and high-strength concrete application with vibration.
- Adhered Stone Veneer System: Installation of natural sandstone veneer (3"-5" thick) over prepared concrete substrates, including dowels, cast-in-place concrete, adhesive mortar, joint tooling, and sealing.
- Limestone Cap Installation: Provision and installation of two custom-fabricated pyramidal limestone caps matching existing aesthetics.
- Sandblasting: Limited to localized small spots for crack repair only.
Key Requirements & Performance Standards
All work must comply with applicable ACI, ASTM, OSHA, SMACNA, and NPS historical preservation standards. Concrete strength must be 4,000 psi, with specific plane tolerances for veneer (±1/8" in 10 ft) and limestone caps (±1/8" in 10 ft). Continuous pedestrian access (minimum 48-inch clear walkway) and full overhead protection are mandatory throughout the project. Work hours are Monday through Friday, 8:00 AM to 5:00 PM, unless otherwise approved.
Contract Details & Timeline
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: May 6, 2026, to October 28, 2026
- Proposal Due Date: May 1, 2026, at 3:00 PM CST
- Evaluation: Lowest Price Technically Acceptable (LPTA), requiring submission of Attachment 5 detailing relevant projects, subcontractor identification, SOW compliance, and a proposed schedule.
- Bonds: Performance and Payment Bonds are required for the successful offeror at award. A bid guarantee is NOT required.
Special Instructions & Site Visit
Bidders are required to attend a mandatory site visit. Contractors must adhere to restricted bridge loading conditions, limiting concentrated loads to 2,500 lbs per wheel/point load and distributed loads to 75 psf, utilizing load distribution mats. Articulating boom lifts or suspended basket systems are permitted and encouraged. Required submittals include a project schedule, Site-Specific Accident Prevention Plan (SSPP), submittal log, bonding documents, and a list of subcontractors.
Contact Information
For inquiries, contact Arcoiris Cuetara-Higa at arcoiris_cuetara-higa@nps.gov.