Closed Solicitation · DEPARTMENT OF THE INTERIOR

    N--MACA-INSTALL HOTEL GENERATOR/UPGRADE ELE

    Sol. 140P5325R0002PresolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)GATLINBURG, TN
    Closed
    STATUS
    Closed
    closed Jun 16, 2025
    POSTED
    Apr 24, 2025
    Publication date
    NAICS CODE
    238210
    Primary industry classification
    PSC CODE
    N059
    Product & service classification

    AI Summary

    The Department of the Interior's National Park Service is seeking bids for the MACA-Replace Hotel Generator and Electrical Upgrade project at Mammoth Cave National Park, with a presolicitation notice issued under number 140P5325R0002. The project involves replacing the visitor center generator and relocating the hotel service transformer. The estimated construction cost is between $1,000,000 and $5,000,000, and the completion date is set for August 31, 2026. Interested vendors must register in SAM and check for updates on the solicitation, expected to be issued on May 15, 2025.

    Contract details

    Solicitation No.
    140P5325R0002
    Notice Type
    Presolicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 24, 2025
    Response Deadline
    June 16, 2025
    NAICS Code
    238210AI guide
    PSC / Class Code
    N059
    Primary Contact
    Warcewicz, Ashley
    State
    TN
    ZIP Code
    37738

    Description

    ACTION: Pre-Solicitation Notice

    PRE-SOLICITATION NUMBER: 140P5325R0002

    CLASSIFICATION CODE: N059 INSTALLATION OF EQ - POWER DISTRIBUTION EQ/
    The NAICS Code for this requirement is 238210 – Electrical Contractors and Other Wiring Installation Contractors 19.0

    POINT OF CONTACT:
    Ashley Warcewicz, Contract Specialist, Ashley_Warcewicz@nps.gov

    PLACE OF PERFORMANCE: Mammoth Cave National Park
    PLACE OF PERFORMANCE POSTAL CODE: Mammoth Cave, KY 42259, Edmonson County, KY

    Title of Project: MACA-Replace Hotel Generator and Electrical Upgrade
    Description: The Work consists of the following:

    1. BASE ITEM #1: Replacing the existing visitor center generator to support the visitor center and hotel loads. This will include adding a new disconnect, low voltage transformer, automatic transfer switch and a new service feed from generator to low voltage transformer and from
    automatic transfer switch to existing hotel main distribution equipment.

    2. BASE ITEM #2: Replacing and relocating the existing hotel service transformer. This will include demolition of the existing service transformer and service feed, installing a new service
    transformer and electrical feed to the hotel, constructing a transformer wing wall, and
    installing a new secondary utility meter.

    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: 5/15/2025

    NO phone calls accepted.

    36.204 Disclosure of the magnitude of construction projects:
    (f) Between $1,000,000 and $5,000,000.

    Completion Date: 8/31/2026

    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.

    FAR Circular: FAR FAC 2024-07 September 20, 2024

    Key dates

    1. April 24, 2025Posted Date
    2. June 16, 2025Proposals / Responses Due

    Frequently asked questions

    N--MACA-INSTALL HOTEL GENERATOR/UPGRADE ELE is a federal acquisition solicitation issued by DEPARTMENT OF THE INTERIOR. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.