Z--MACA - REHAB CAVE TRAILS

SOL #: 140P5326R0007Solicitation

Overview

Buyer

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

Place of Performance

Mammoth Cave, KY

NAICS

All Other Specialty Trade Contractors (238990)

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 26, 2026
2
Last Updated
Apr 30, 2026
3
Submission Deadline
May 15, 2026, 9:00 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), an agency of the Department of the Interior, is soliciting proposals for the reconstruction of cave trail surfaces at Mammoth Cave National Park, KY. This Firm Fixed-Price Construction contract, titled "Z--MACA - REHAB CAVE TRAILS," is a Total Small Business Set-Aside. The project involves rehabilitating trails in the Ruins of Karnak, River Hall, and Rafinesque Hall. Proposals are due May 15, 2026, at 5 PM EDT.

Scope of Work

The project requires contractors to provide all labor, materials, supervision, and equipment for the reconstruction of cave trail surfaces. This includes:

  • Reconstruction of Karnak Cave Trail (Base Item #1).
  • Reconstruction of River Hall Cave Trail (Base Item #2).
  • Reconstruction of Rafinesque Cave Trail (Option Item #3). Work involves constructing trail systems with pavers/curbs in confined underground/cave environments, material transport in restricted-access areas, and implementing project-specific safety plans for underground hazards. Performance will occur in active, highly visited public facilities. A Site-Specific Safety Plan (SSSP) compliant with NPS Reference Manual RM50B, Chapter 21, is mandatory and must be accepted before work commences.

Contract Details

  • Contract Type: Firm Fixed-Price Construction
  • Period of Performance: 150 days from Notice to Proceed (NTP)
  • Estimated Value: Between $500,000 and $5,000,000 (for similar size and complexity)
  • NAICS Code: 238990 All Other Specialty Trade Contractors
  • Product Service Code: Z2LB Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways
  • Set-Aside: Competitive, 100% Small Business Set-Aside

Submission & Evaluation

Proposals must be submitted electronically via email to ashley_warcewicz@ios.doi.gov by the deadline. The award will be made based on the Lowest Price Technically Acceptable (LPTA) methodology. Proposals will be evaluated on Technical Capability (Pass/Fail) and Past Performance (Pass/Fail). Only proposals rated "Acceptable" for both will be considered for award, which will then go to the responsible offeror with the lowest evaluated price. Offerors must submit a Bid Guarantee of 20% of the bid price.

Key Dates & Contacts

Special Requirements

Offerors must be registered in the System for Award Management (SAM). Required documentation includes a Contract Price Schedule (template provided), a Limitation on Subcontracting Report (template provided), and a Past Performance Questionnaire (PPQ) for 2-5 projects completed within the last five years. Relevant prior experience within the last seven years, specifically in confined cave/underground environments with a construction magnitude of $1M-$5M, is required. This includes experience with trail systems, material transport in restricted areas, and underground-specific safety plans. Liability insurance and Performance/Payment Bonds are also required.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 3Viewing
Solicitation
Posted: Apr 30, 2026
Version 2
Solicitation
Posted: Apr 15, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 26, 2026
View