71--PUHO Metal Cantilever Storage Racks

SOL #: 140P8226Q0006Combined Synopsis/Solicitation

Overview

Buyer

Interior
National Park Service
PWR HONO MABO(82000)
HONOLULU, HI, 96850, United States

Place of Performance

Place of performance not available

NAICS

General Warehousing and Storage (493110)

PSC

Cabinets, Lockers, Bins, And Shelving (7125)

Set Aside

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

Timeline

1
Posted
Apr 1, 2026
2
Last Updated
Apr 7, 2026
3
Submission Deadline
Apr 10, 2026, 10:00 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 is seeking proposals for PUHO Metal Cantilever Storage Racks under a Combined Synopsis/Solicitation (RFQ). This Total Small Business Set-Aside opportunity requires the furnishing and delivery of heavy-duty metal cantilever storage racks to Pu'uhonua o Hōnaunau National Historical Park, Hawaii. The racks are intended to store large wooden carvings, with specific requirements for construction, capacity, and delivery. Quotes are due April 10, 2026, at 12:00 PM Hawaii Time.

Scope of Work

This requirement involves providing six individual, free-standing metal cantilever storage racks. Key specifications include:

  • Rack Design: Single-sided, approximately 7 to 7.5 feet high, with three storage levels (including base shelf).
  • Capacity: Each arm must support at least 1,000 lbs, with a unit load capacity of at least 9,500 lbs.
  • Components: Columns, braces, and arms must be interchangeable for onsite design flexibility. Arms must be adjustable in height. 36-inch arms are acceptable in place of 30-inch arms.
  • Mounting: Racks will be mounted to a 1.5-inch thick wooden floor; anchoring solutions must account for the absence of a concrete sub-floor or steel reinforcement.
  • Finishes: Enameled paint is an acceptable substitute for galvanized finish, and powder coating is acceptable for indoor use to resist rust and corrosion.
  • Delivery: To Pu'uhonua o Hōnaunau NHP, Captain Cook, HI. The contractor is responsible for all unloading equipment, as no park forklift is available.
  • Compliance: All products must comply with the Buy American Act and include a 12-month manufacturer's warranty.

Contract Details

  • Contract Type: Firm-Fixed Price.
  • Period of Performance: June 1, 2026, to September 1, 2026.
  • Set-Aside: Total Small Business Set-Aside (NAICS 493110, $34M size standard).
  • Quote Validity: Quoted pricing must be valid for at least 60 days.

Submission & Evaluation

  • Quote Due Date: April 10, 2026, at 12:00 PM Hawaii Time.
  • Submission: Via email to Christine Tapp (Christine_Tapp@ios.doi.gov).
  • Evaluation: Based on Price and Technical factors. Offerors must provide a completed checklist, active SAM.gov registration, company POC, signed SF 1449, completed CLINs/Pricing Schedule, cut sheets, and an explanation of how requirements will be met.

Points of Contact

People

Points of Contact

Tapp, ChristinePRIMARY

Files

Files

Download
Download
Download
Download

Versions

Version 2Viewing
Combined Synopsis/Solicitation
Posted: Apr 7, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Apr 1, 2026
View