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 National Park Service (NPS), specifically Mammoth Cave National Park, is soliciting proposals for the replacement of exterior doors at the Visitor Center in Mammoth Cave, KY. This Firm Fixed-Price contract is a Total Small Business Set-Aside for the removal and installation of six (6) sets of commercial-grade double doors, including ADA automatic operators and bird-safe glass. An amendment has been issued providing Q&A and a revised Statement of Work. Proposals are due March 30, 2026, at 5:00 PM EDT.
Scope of Work
This project involves the comprehensive replacement of six (6) sets of exterior double doors (12 doors total) at the Mammoth Cave National Park Visitor Center. The scope includes:
- Removal and disposal of existing door units, hardware, frames, closers, and sealants.
- Installation of new commercial-grade aluminum-framed systems with thermally broken frames, 1" insulated glazing units (IGUs), low-e coated, bird-safe fritted safety glass (frit patterns subject to COR approval).
- Provision of wide stile aluminum doors with a clear anodized Class I finish, continuous geared hinges, and ADA-compliant thresholds.
- Installation of twelve (12) automatic door operators (six replacements, six additional for independent ingress/egress) and new hardwired ADA push buttons using existing infrastructure. LCN or approved equivalent operators are acceptable.
- Integration of heavy-duty commercial-grade hardware compatible with the Park's Marshall Best Security (MBS) SFIC 7-pin system (e.g., Von Duprin or equivalent rim exit devices with removable mullions).
- Associated electrical wiring, sealing, disposal, weatherproofing, and restoration of affected finishes. Caulking, insulation, and waterproofing must adhere to SMACNA and AAMA standards.
- Replication and reinstallation of existing applied graphics or vinyl decals.
- Compliance with ANSI A117.1 (ADA accessibility), ASTM E283 (air leakage), ASTM E330 (structure loading), and ASTM E1886/E1996 (impact resistance). Surface-mounted closers are required.
Contract Details
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 238990 (All other Specialty Trade Contractors) with a $19M size standard.
- Product Service Code: Z1AZ (Maintenance Of Other Administrative Facilities And Service Buildings)
- Period of Performance: 180 calendar days from Notice to Proceed (NTP), including 10 weather days.
Key Dates & Submission
- Questions Cut-off: March 18, 2026, 1:00 PM EDT (submit via email to Ashley_Warcewicz@nps.gov).
- Site Visit: March 17, 2026, at 9:00 AM Central Time at the Visitor Center, 1 Mammoth Cave Parkway, Mammoth Cave, KY 42259.
- Proposal Due Date: March 30, 2026, 5:00 PM EDT.
- Submission: All proposals must be sent 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, and Past Performance (all pass/fail), in addition to Price.
Additional Notes
Offerors must be registered in the System for Award Management (SAM) at www.sam.gov prior to award. Work must be scheduled to minimize disruption to visitor center operations, maintaining at least two operable public entrances at all times. The contracting office will not provide hardcopies or email copies of the solicitation, and phone calls are not accepted. The Davis-Bacon Act applies to this project.