SOLICITATION NOTICE
Y -- General Construction of Land Port of Entry Facility GSA PBS Region 2 in Rouses Point, New York
- Notice Date
- 4/22/2024 6:21:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 BUILDING SRVCS BR GROUP 1 New York NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0624R0001
- Response Due
- 6/12/2024 2:30:00 PM
- Archive Date
- 06/12/2024
- Point of Contact
- Sonah Lee, Phone: 347-205-1469, Winnie Eng, Phone: 646-285-3102
- E-Mail Address
-
sonah.lee@gsa.gov, Winnie.eng@gsa.gov
(sonah.lee@gsa.gov, Winnie.eng@gsa.gov)
- Description
- The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is soliciting for a qualified General Contractor who can provide full construction services for a New U.S. Land Port of Entry (LPOE) located at Rouses Point, New York.� A LPOE is planned to be constructed at the United States/Canada border along New York State Route 11 in Rouses Point, New York. The new facility will replace the existing LPOE in Rouses Point, which is south of the U.S.-Canadian border on New York State Route 11.� A pre-proposal conference and site visit is taking place on Wednesday May 15th, 2024: Conference from 12:30 pm to 2:00 pm ET. On-site visit will follow between 2:45 pm to 3:45 pm ET. Location:� 237 West Service Road, Champlain, NY 12919. Please park in the employee parking lot. Please RSVP to the Contracting Officer Sonah.Lee@gsa.gov to attend the pre-proposal conference and subsequent site visit.�� To allow GSA sufficient time to prepare for your visit, please send your notice to attend by close-of-business on 05/13/2024 with the following information : Full Legal Name Company Name (indicate if you�re the subcontractor of a prime contractor) Email & Phone Number In-person attendance is not a requirement of this solicitation, but is recommended. See Section I.G. Site Visit requirements, companies are limited to a total of four (4) representatives.� Virtual access by Zoom will be available for the conference portion of this day for interested contractors who cannot attend in-person and will be provided by the Contracting Officer.� Questions are due in writing to sonah.lee@gsa.gov by the following dates: Before the conference and visit, by close-of-business Wednesday May 1st, 2024. After the conference and visit, by close-of-business Wednesday May 22nd, 2024. Scope Summary� The project scope includes construction of an LPOE which meets U.S. Department of Homeland Security requirements. Construction requirements are also expected to include commercial and non-commercial vehicle inspection facilities on or adjacent to the New York State Department of Transportation Route 11 Right of Way.� The project scope includes construction of an approximately 13,000 square feet main LPOE building. Site work will include the establishment of final grades and construction of pedestrian and vehicular roadways, paths and parking; including drainage structures, markings, site lighting, safety features and vehicle inspection lane technology equipment.� Utilities will be extended from the current location of service endpoints to the proposed new LPOE location, or alternate means as identified by the project design.� All construction will occur within a New York State Department of Environmental Conservation and federally regulated wetland. Compensatory wetland mitigation is not a requirement of this project as it is contracted separately.� The LPOE includes construction of a railway platform system for international rail passenger inspection. Some construction work will be performed adjacent to an active railroad track, and on Canadian National Railroad Corporation (CN) property under an Easement to the US Government. Construction work will be performed adjacent to the CN railroad track on U.S. Government owned property. In order to perform work on CN owned property, the contractor will be required to form separate Rights of Entry agreements with CN. Specific contractor requirements related to performing work on CN property will be defined by the General Contractor�s Right of Entry with CN. Specific contractor requirements related to performing work on U.S. Government property adjacent to a railroad will include the provision of safety flagging personnel certified under the Canadian Rail Operating Rules. The General Contractor will be required to obtain all necessary permits and approvals from authorities having jurisdiction including but not limited to utility service providers, New York State Department of Transportation, and CN. GSA will be obtaining New York State Department of Environmental Conservation and U.S. Department of Defense - Army Corps of Engineers permit(s). Sustainability objectives for this planned LEED Gold Certified LPOE include geothermal based heating and cooling as part of a net-zero ready facility.� Other relevant information: The General Contractor will be selected through a procurement method developed in accordance with Federal Acquisition Regulations Part 15.1 � Source Selection Processes and Techniques, using Best Value -Trade Off Method. Non-price factors, when combined, will be significantly more important than the Total Evaluated Price.� Notable evaluation factors will include: Sustainability (related to new Inflation Reduction Act requirements), Project Labor Agreement and Subcontracting Methodology (for small business subcontracting opportunities). There are six (6) technical evaluation factors This procurement will be conducted under North American Industry Classification System Code 236220--Commercial and Institutional Building Construction. The Small Business size standard is an average annual sales and receipts for the past three (3) years that are equal to or less than $45,000,000.� GSA anticipates the award of a contract at a firm-fixed price.� This project will be significantly funded by the Inflation Reduction Act of 2022, Pub. L. No. 117-169, enacted in August 2022. The magnitude of construction for this project is between $25,000,000 and $35,000,000.�� A bid guarantee (bid bond) will be required at twenty (20) percent of the bid price or $3 million, whichever is less, at the time of proposal submission.� Upon contract award, both the Performance and Payment bonds will be required at 100% of the total contract value. Any firms unable to meet the bond requirements will be ineligible for a contract award. Proposals are due by 5:30 pm ET on Wednesday June 12th, 2024.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be912d2bf2c04ca2b484bd46618653be/view)
- Place of Performance
- Address: Rouses Point, NY, USA
- Country: USA
- Country: USA
- Record
- SN07038240-F 20240424/240422230055 (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 |