SOURCES SOUGHT
Z -- Design-Build for U.S. Customs and Border Protection Eagle Pass II Land Port of Entry Outbound Improvements, Eagle Pass, TX
- Notice Date
- 3/4/2024 5:34:19 AM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R7 PROG SUPPORT - CAPITAL AND IDIQ FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- 19965
- Response Due
- 3/14/2024 1:00:00 PM
- Archive Date
- 03/29/2024
- Point of Contact
- Temica Stewart, Phone: 817-201-7945
- E-Mail Address
-
temica.stewart@gsa.gov
(temica.stewart@gsa.gov)
- Description
- Sources Sought for Small Businesses Only This is not a Request for Proposal (RFP). This sources sought notice does not constitute a commitment by the Government to issue an RFP, or award a contract. The Government will not pay for any effort expended or any material provided in response to this notice. Requests for a solicitation will not receive a response. Project Title: Design-Build for U.S. Customs and Border Protection (CBP) Eagle Pass II Land Port of Entry (LPOE) Outbound Improvements, Eagle Pass, Texas Description: The U.S. General Services Administration (GSA) Greater Southwest Region, Acquisition Management Division, Capital Investment Program is conducting a market survey seeking a qualified small business to provide design and construction services for infrastructure for new inspection booths, Port Runner Suppression System (PRSS) and traffic control components. The Design-Build project will consist of: (1) Relocatable Outbound Inspection Super Booth, (1) Privately Owned Vehicle (POV) Booth, (1) High Low Booth, a Port Runner Suppression (PRSS)/traffic control system, canopy improvements, and all related sitework. The new relocatable Outbound Inspection Super Booth will support Outbound Inspection processes near the existing outbound lanes. Two new booths include a Privately Owned Vehicle (POV) Inspection Booth and a High-Low Booth to be placed under the existing canopy. Infrastructure to prevent absconding will consist of PRSS and/or a traffic control component. In accordance with FAR 36.204, disclosure of the magnitude of construction projects, the construction cost range is between $1,000,000 and $5,000,000. The NAICS code is 236220 and the current small business size standard is $45 million. It is anticipated that this project will take approximately 630 days to complete. The purpose of this announcement is to identify available qualified small businesses only.� Award of any resulting procurement will be based on a source selection employing a �Best Value Concept� methodology.�� Responses: Interested firms should provide a written Letter of Interest and a response to the questions below (no more than 3 pages) by 3:00 pm CST, March 14, 2024, to the Contract Specialist, Temica Stewart via email: temica.stewart@gsa.gov. Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses. The written Letter of Interest shall address/contain the following: (1)� Contractor's name, address, point of contact, phone number and email address; (2)� Tax Identification Number and Unique Entity ID (UEI); (3)� NAICS code(s) under which the company operates; (4) Contractor's Bonding Capacity in the form of a letter from Surety per contract and aggregate amounts; (5) Contractor�s affirmation that it is considered a small business in accordance with Small Business Administration (SBA) guidelines (include the socio-economic status, if any); and (6)� Relevant experience: Provide at least two (2) similar projects.� Similar Project is defined as a project that is similar in size, type, and complexity. To qualify as a Similar Project, the project must meet all three elements of size, type, and complexity, as further defined here. To be considered similar in size, projects managed must have exceeded $3,500,000 in costs and be completed in the last eight (8) years. To be considered similar in complexity, projects must include elements of work associated with construction at an operational Land Port of Entry (LPOE), commercial airport, military base or highway with a toll booth. To be considered similar, projects must include elements of significant design and construction of operational facility/port/area.� Similar type projects may include installation of inspection booths, traffic control systems and site work that includes phasing of lane closures.� Each project need not contain every element, but the combination of projects should demonstrate the ability to perform these services in a satisfactory manner. In responding to this notice, please indicate your experience and interest in this project as a contractor, and a brief description of your firm�s past experience completing activities similar to those described above, including project dates, cost, and role as either Prime Contractor or Subcontractor. All interested firms shall be registered in the Government�s System for Award Management (SAM) at www.sam.gov prior to award of a contract. Contracting Office Address: General Services Administration Public Buildings Service, Acquisition Management Division Capital Investment Program (7PQA) 819 Taylor Street, 11th Floor (11A09) Fort Worth, Texas 76102 Place of Performance Address: Eagle Pass II Land Port of Entry 500 S. Adams Street Eagle Pass, Texas 78852 NOTE: FUNDS AVAILABILITY - Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b396c95f387455b9793bca6cec192b4/view)
- Place of Performance
- Address: Eagle Pass, TX 78852, USA
- Zip Code: 78852
- Country: USA
- Zip Code: 78852
- Record
- SN06985167-F 20240306/240304230048 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |