Opportunity

SAM #140P5126Q0021

Elevator Shaft Repainting and Cable Replacement at Mammoth Cave National Park

Buyer

National Park Service

Posted

April 26, 2026

Respond By

May 21, 2026

Identifier

140P5126Q0021

NAICS

238290

The National Park Service is soliciting maintenance and repair services for the elevator system at Mammoth Cave National Park, Kentucky. - Government Buyer: - National Park Service (NPS), including Southeast Region, Denver Service Center, and Contracting Operations East (East Major Acquisition Buying Office) - Scope of Work: - Complete repainting of approximately 270 vertical feet of the structural steel elevator shaft - Full replacement of deteriorated elevator lift cables within a confined vertical shaft - Environmental containment and shaft ventilation to protect the cave environment - Surface preparation and application of rust-inhibitive primer (Noxyde Red) and epoxy finish (Noxyde Federal Gray), both low-VOC compliant - Removal and installation of new elevator lift cables meeting ANSI A17.1-2019 and NEII standards, including all termination hardware - Hot work/fire watch procedures for weld repairs - Strict environmental controls to prevent cave contamination - Quality assurance testing, certifications, and final site restoration - Products/Services Requested: - New traction steel elevator cables (sized per existing sheaves and car weight, ANSI/NEII compliant) - Painting system: Noxyde Red primer and Noxyde Federal Gray finish - Maintenance repairs and painting services (lump sum) - Notable Requirements: - Contractors must provide performance and payment bonds at 100% of contract price - Insurance coverage minimums required - SAM.gov registration with current representations and certifications - Mandatory site visit prior to bid - Set aside for small businesses under NAICS 238290 (Other Building Equipment Contractors) - OEMs and Vendors: - No specific OEMs or vendors are named in the solicitation - Standards and Compliance: - All elevator work must comply with ANSI A17.1-2019 and NEII standards - Painting must meet SSPC standards and use low-VOC materials - Place of Performance: - Mammoth Cave National Park, Mammoth Cave, Kentucky - Contract Type: - Firm-fixed price, best value LPTA (Lowest Price Technically Acceptable)

Description

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.202. Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.The National Park Service, Interior Region 2 South Atlanta Gulf has a requirement for complete repainting of the structural steel elevator shaft (approx. 270 vertical feet) and full replacement of deteriorated lift cables. The elevator is housed in a confined vertical shaft within Mammoth Cave. Work involves: Environmental containment and shaft ventilation, Lift cable removal and installation per ANSI/NEII, SSPC-compliant surface prep and epoxy painting, Hot work/fire watch procedures as needed for weld repairs, Strict environmental controls to prevent contamination in the cave, and Quality assurance testing, certifications, and shaft restoration for Mammoth Cave National Park Mammoth Cave, Kentucky. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01 dated March 13, 2026.The associated North American Industrial Classification System (NAICS) code for this procurement is 238290, Other Building Equipment Contractors, with a small business size standard of $22,000,000.00. The Product Service Code (PSC) Z2QA: Repair Or Alteration Of Restoration Of Real Property (public Or Private).In accordance with FAR Part 28, performance and payment bonds are required at 100% of the contract price and must be submitted within ten (10) days of receiving the award.In accordance with FAR Subpart 28, a certificate of insurance is required, and coverage must be at a minimum of: $50,000 per person; $100,000 per occurrence; and $100,000 per property. The insurance certificate must be submitted within 10 calendar days of receipt of the award.The contractor must have current Representation and Certifications in SAM.gov, submitted with quote.The Government contemplates the award of a single Firm-Fixed Price Contract using the best value ¿ Lowest Priced Technically Acceptable (LPTA) source selection procedures. All eligible and responsible sources may submit a quote, which if timely received, shall be considered by the Agency. Companies must have valid Unique Entity Identifier and be registered with System for Award Management (www.sam.gov). SAM.gov offers free services. An offeror must ensure that they are self-certified under NAICS Code 238290 in the Representations and Certifications portion of SAM.gov. The basis of award is the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award will be made to the responsible respondent pursuant to FAR subpart 9.1.

View original listing