Z--MACA - REHAB CAVE TRAILS
Presolicitation from NATIONAL PARK SERVICE • INTERIOR, DEPARTMENT OF THE. Place of performance: KY. Response deadline: May 20, 2026. Industry: NAICS 238990 • PSC Z2LB.
Market snapshot
Awarded-market signal for NAICS 238990 (last 12 months), benchmarked to sector 23.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 35 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 238990
Description
PRE-SOLICITATION NUMBER: 140P5326R0007
CLASSIFICATION CODE: Z2LB REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRI
The NAICS Code for this requirement is 238990 All Other Specialty Trade Contractors $19M
POINT OF CONTACT:
Ashley Warcewicz, Contract Specialist, Ashley_Warcewicz@ios.doi.gov
PLACE OF PERFORMANCE: Mammoth Cave National Park
PLACE OF PERFORMANCE POSTAL CODE: Mammoth Cave, KY 42259, Edmonson County, KY
Title of Project: MACA - REHAB CAVE TRAILS
Description: The Purpose of this project is to Reconstruct Deteriorating Cave Trails in Ruins of Karnak, River Hall, and Rafinesque Hall
This project entails the reconstruction of cave trail surfaces in the Ruins of Karnak, River Hall, and Rafinesque Hal Cave trail. The work includes:
- Prep existing ground for footings to be installed.
- Remove existing handrails.
- Install concrete footings for elevated platform to be installed on.
- Install elevated platform constructed from fiber reinforced plastic (FRP)
- Install 2 inch stainless steel handrails.
- Transportation of all materials and equipment into and out of cave.
When completed, the trail surface will be sustainable and will provide a safe environment for park visitors and staff.
GENERAL:
The solicitation will be issued electronically on the website at https://www.sam.gov/. Proposal documents will be available for download in Microsoft Word, HTML, Microsoft Excel, and Adobe PDF; Specifications will be available in Adobe PDF format; and drawings will be available in PDF format. Please Note: Paper copies of the solicitation will not be made available.
Vendors can search for opportunities and award history on https://www.sam.gov/ without registering. Registering provides the opportunity to receive notifications; this is a tool of convenience only and does not serve as a guarantee of notification. Interested vendors and plan holders are required to visit the website periodically to check for amendments and other changes to the synopsis or solicitation documents. Prospective offerors desiring to conduct business with the DOI are required to have an active registration in the Systems for Awards Management (SAM) at https://www.sam.gov/. You are also required to have a Unique Entity number in order to conduct business with the Federal Government.
This pre-solicitation announcement is not a solicitation document, but pre-notice of an upcoming solicitation. Specific instructions on submitting your proposal will be contained in the solicitation documents to be issued on or after the date listed below.
Proposed Solicitation Issue Date: 4/20/2026
NO phone calls accepted.
Completion Date: 2/28/2027
Total Small Business set-aside
It is the policy of the government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, small- disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. All offerors are strongly encouraged to contact their local Small Business Administration Office, to post their need for qualified subcontractors at http://www.sba.gov.
Construction Contraction Administration
Federal Acquisition Regulation (FAR) 36.211(b) requires agencies provide description of policies and procedures that apply to defeminization of equitable adjustments for change orders under construction contracts and data on the time required to definitize equitable adjustments for change orders under construction contracts. This information can be found at: https://www.doi.gov/pam/acquisition/policy/constructioncontract.
In accordance with FAR Circular: FAR FAC 2025-06
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.