ContractSpecial NoticeTotal Small Business Set-Aside (FAR 19.5)

Z--REPLACE DAMAGED VISITOR CENTER FLOOR

INTERIOR, DEPARTMENT OF THE 140P5326Q0007
Response Deadline
Mar 9, 2026
Deadline passed
Days Remaining
0
Closed
Set-Aside
Total Small Business Set-Aside (FAR 19.5)
Notice Type
Special Notice

Contract Opportunity Analysis

The National Park Service, within the Department of the Interior, is seeking a contractor to replace damaged flooring in the visitor center at Camp Nelson National Monument in Jessamine County, Kentucky. The work includes furnishing all labor, materials, equipment, supervision, and incidentals to remove and replace about 760 square feet of 2.25-inch oak laminate plank flooring using a floating floor system. The procurement is a firm-fixed-price, total small business set-aside, with performance scheduled from March 16, 2026, through June 16, 2026, at 6614 Danville Road in Nicholasville, Kentucky. The solicitation has been canceled, but amendments posted Q&A and site-visit scheduling, and proposals were due by March 9, 2026, at 5:00 p.m. EST by email to Ashley_Warcewicz@nps.gov.

Classification Codes

NAICS Code
238330
Flooring Contractors
PSC Code
Z2CZ
REPAIR OR ALTERATION OF OTHER EDUCATIONAL BUILDINGS

Solicitation Documents

9 Files
Sol_140P5326Q0007.pdf
PDF680 KBMar 2, 2026
AI Summary
The document is a federal government Request for Proposal (RFP) for construction, alteration, or repair, specifically focusing on replacing damaged flooring at the Camp Nelson National Monument Visitor Center in Jessamine County, Kentucky. The solicitation number is 140P5326Q0007, issued by NPS, SER - North MABO. Key dates include a solicitation issue date of February 11, 2026, and an offer due date of March 9, 2026, by 17:00 local time. The contractor must commence work within 15 calendar days of receiving notice to proceed and complete it within 60 calendar days. The period of performance is from March 16, 2026, to June 16, 2026.The RFP details requirements for contractor performance, including adherence to a firm fixed-price schedule, comprehensive inspection and acceptance procedures, and specific clauses related to commencement, prosecution, and completion of work. Special contract requirements cover liability insurance (minimum $1,000,000 per person, per occurrence, and for property damage), prohibition against lead-based paint, and compliance with the Contractor Performance Assessment Reporting System (CPARS). Invoicing must be done electronically through the U.S. Department of the Treasury's Invoice Processing Platform (IPP).The document also incorporates numerous Federal Acquisition Regulation (FAR) clauses by reference, addressing areas such as limitations on subcontracting, minimum wages for contractor workers under Executive Order 14026 (currently $15.00/hour), reporting of biobased and sustainable products, individual surety pledges, alternative payment protections, and various labor standards. It emphasizes the use of commercial products and services where practicable and outlines specific requirements for subcontracts.
A4_-_VC_Floor_Photos_Doc.pdf
PDF594 KBMar 2, 2026
AI Summary
The CANE project, identified as PMIS-350204, focuses on replacing damaged flooring in the Visitor Center. The project documentation includes two images illustrating the extent of the damage. One image shows significant deflection from level due to warping in a hallway, indicating structural or moisture-related issues with the current flooring. The second image highlights a specific damaged area within the “Archeology Room,” suggesting localized deterioration. This project likely falls under federal government RFPs for facility maintenance and upgrades, aiming to restore the visitor center's safety and aesthetic appeal.
Sol_140P5326Q0007_Amd_0001.pdf
PDF201 KBMar 2, 2026
AI Summary
Amendment 1 for Solicitation Number 140P5326Q0007, dated February 11, 2026, details changes and clarifications for an existing solicitation. Key updates include the scheduling of site visits for February 24 from 8 AM to 9 AM, with a secondary availability on February 26 from 8 AM to 9 AM. A Q&A document will also be posted. The due date for offers remains March 9, 2026, at 5 PM EST. The Period of Performance is specified from March 16, 2026, to June 16, 2026. Offerors must acknowledge receipt of this amendment through specified methods, such as completing items 8 and 15 on the form, acknowledging receipt on each offer copy, or via separate communication, to avoid rejection of their offer. This amendment modifies the original solicitation, with all other terms and conditions remaining unchanged.
Questions_and_answers_0001.pdf
PDF68 KBMar 2, 2026
AI Summary
This amendment to RFP 140P5326Q0007 clarifies product specifications and schedules site visits. It states that comparable color, appearance, durability, and performance are prioritized over the exact 2 ¼” dimensional width for equivalent products. Additionally, it provides two dates for site visits: Tuesday, February 24, from 8 AM to 9 AM, and Thursday, February 26, from 8 AM to 9 AM.
Construction_Contract_Administration.docx
Word13 KBMar 2, 2026
AI Summary
FAR 36.211(b) mandates that federal agencies detail policies and procedures for definitizing equitable adjustments in construction contract change orders. This includes providing data on the time required for such definitization. This information is accessible via the Department of the Interior's acquisition policy website.
A1_-_CANE_350204_SOW_V2.pdf
PDF96 KBMar 2, 2026
AI Summary
The CANE_35204 project seeks a contractor to replace approximately 760 square feet of damaged oak laminate flooring in a high-traffic section of the Visitor Center at the National Monument in Nicholasville, Kentucky. The scope includes removal and disposal of old flooring, subfloor preparation, installation of a 6-mil polyethylene vapor barrier, and installation of new 2.25-inch oak-finish laminate planks with a minimum AC3 wear rating. The contractor must also remove, protect, reinstall, and repaint existing baseboards and trim. All work must comply with manufacturer requirements and applicable standards like ASTM D4060, IBC 2403, and EPA TSCA Title VI. The project has a 15-calendar-day performance period, including three days for delays. Work hours are 7:00 a.m. to 3:30 p.m., Monday through Friday. The contractor is responsible for site protection, waste disposal, and adhering to OSHA safety regulations, including daily safety briefings and providing PPE. No utility modifications are anticipated, but any damage must be repaired at no additional cost.
A2_-Wage_Determination.pdf
PDF328 KBMar 2, 2026
AI Summary
This government file outlines a Request for Proposal (RFP) for various services, primarily focusing on administrative, technical, and operational support. The document details requirements for areas such as personnel management, data processing, and logistical operations, including specifics for different types of support like 'General', 'Technical', and 'Financial' services. It also includes sections on contract terms, delivery schedules, and compliance standards. The RFP emphasizes the need for efficient and organized execution of tasks, highlighting the importance of clear communication and adherence to established guidelines. Specific attention is given to the structure of proposals, expected deliverables, and the evaluation criteria for potential contractors. The repeated patterns and placeholders indicate a structured approach to procuring services, likely for ongoing or recurring governmental functions.
Sol_140P5326Q0007_Amd_0002.pdf
PDF201 KBMar 2, 2026
AI Summary
Amendment 2 for Solicitation Number 140P5326Q0007, dated February 11, 2026, has been issued to provide responses to questions and answers. The deadline for offers remains March 9, 2026, at 5 PM EDT. The period of performance for the resulting contract will be from March 16, 2026, to June 16, 2026. This amendment outlines methods for offerors to acknowledge its receipt, including completing specific items on the form, acknowledging it on each offer copy, or sending a separate communication. Failure to acknowledge the amendment by the specified time may lead to the rejection of an offer. Any changes to a previously submitted offer must also reference the solicitation and amendment numbers and be received before the opening hour and date.
Questions_and_Answers_Amendment_2_0002.pdf
PDF134 KBMar 2, 2026
AI Summary
The document, identified as 140P5326Q0007 Amendment 1 and 2, comprises a Q&A section addressing various aspects of a government renovation project, likely a flooring replacement. Key clarifications include prioritizing comparable color, appearance, durability, and performance over exact dimensional width for flooring (2 ¼” specification). Site visits are scheduled for February 24 and 26, from 8 am to 9 am. The construction is a slab foundation, with no floor joists or plywood underlayment. The replacement flooring should match the existing type, color, style, thickness, and material, specifically individual 2.25” engineered tongue and groove hardwood planks installed in a floating floor manner. There are no known structural issues, and no hazmat survey results are available, with no expectation of lead testing. Power and restrooms will be available on-site for contractor use. Artifacts and movable display cases will be removed by government staff prior to work, but large display installations will remain. Hazard tape will not be replaced as the project aims to eliminate such hazards. While no specific flooring product has been picked, suitable substitutes are acceptable. Current floor plans are unavailable. The government has no preference regarding the removal and reinstallation or replacement of existing ¼ round, as long as the finished result is complete and undamaged.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedFeb 11, 2026
amendedAmendment #1· Description UpdatedFeb 20, 2026
amendedAmendment #2· Description UpdatedMar 2, 2026
deadlineResponse DeadlineMar 9, 2026
expiryArchive DateApr 17, 2026

Agency Information

Department
INTERIOR, DEPARTMENT OF THE
Sub-Tier
NATIONAL PARK SERVICE
Office
SER NORTH MABO (53000)

Point of Contact

Name
Warcewicz, Ashley

Place of Performance

Nicholasville, Kentucky, UNITED STATES
6614 Danville Road

Official Sources