Z--MACA - REPLACE VC EXTERIOR DOORS
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 (NPS), through its SER NORTH MABO office, is soliciting proposals for the replacement of exterior doors at the Mammoth Cave National Park Visitor Center in Mammoth Cave, KY. This project, identified as MACA - REPLACE VC EXTERIOR DOORS, is a Total Small Business Set-Aside and requires the installation of new commercial-grade, ADA-compliant door systems. Proposals are due March 30, 2026, at 5:00 PM EDT.
Scope of Work
This project involves the replacement of six (6) sets of exterior double doors (12 doors total) at the Visitor Center. The scope includes:
- Removal and lawful disposal of existing door units, hardware, frames, and sealants.
- Installation of new aluminum-framed, thermally broken double doors with insulated glazing units (IGUs), low-e coated, bird-safe fritted safety glass.
- Doors must be wide stile aluminum with a clear anodized Class I finish, continuous geared hinges, and ADA-compliant thresholds.
- Installation of twelve (12) automatic door operators (six replacement, six additional) and new hardwired ADA push buttons.
- All hardware must be heavy-duty commercial grade, compatible with the Park’s Marshall Best Security (MBS) SFIC 7-pin system, with rim exit devices and removable mullions preferred.
- Compliance with ANSI A117.1 (ADA accessibility), ASTM E283 (air leakage), ASTM E330 (structure loading), and ASTM E1886/E1996 (impact resistance).
- Associated electrical wiring, sealing, disposal, weatherproofing, and restoration of affected finishes.
- Replication and reinstallation of existing applied graphics/decals.
- Work must be scheduled to avoid peak visitor use, maintaining a minimum of two operable public entrances at all times.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Set-Aside: 100% Total Small Business Set-Aside
- NAICS Code: 238990 (All other Specialty Trade Contractors)
- Period of Performance: 180 calendar days from Notice to Proceed (NTP), including 10 weather days (anticipated April 1, 2026, to October 1, 2026).
- Proposal Due: March 30, 2026, 5:00 PM EDT
- Submission: Electronically via email to Ashley_Warcewicz@nps.gov
Evaluation
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors include Relevant Experience, Technical Expertise, Past Performance (all pass/fail), and Price.
Key Clarifications & Requirements
- Door Stile Width: Wide stile aluminum doors are required, not medium stile.
- Door Operators: Total of twelve (12) operators needed (six replacement, six additional).
- Door Closers: All closers to be replaced with surface-mounted types.
- Glass: Bird-safe fritted safety glass with COR-approved frit patterns.
- A preconstruction conference is required, and submittals (work schedule, shop drawings, product data, etc.) are subject to COR approval. A minimum two-year warranty is required.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). No phone calls will be accepted for inquiries.