SOLICITATION NOTICE
Y -- Design/Build: Columbus, New Mexico Land Port of Entry
- Notice Date
- 5/18/2011
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Services (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-11-UD-C-0007
- Archive Date
- 6/6/2011
- Point of Contact
- Jason M McCall, Phone: 817-978-7458, Marsha Howard, Phone: 817-978-0123
- E-Mail Address
-
jason.mccall@gsa.gov, marsha.howard@gsa.gov
(jason.mccall@gsa.gov, marsha.howard@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- The General Services Administration (GSA) announces an opportunity for the Design and Construction of a United States Land Port of Entry located at Columbus, New Mexico. Project Summary: GSA announces an opportunity for Design and Construction Excellence in public architecture, engineering and construction through a Design-Build contract for a new US Land Port of Entry located in Columbus, NM. The North American Industry Classification System (NAICS) Code for this procurement is 236220. The size standard is $33.5 million per year. This is an unrestricted procurement open to all large and small business concerns. The estimated contract value is $46,500,000 to $51,500,000. The design-build scope of work includes all labor and materials required to provide architectural, engineering, construction, and other related services necessary to design and to construct a Land Port of Entry compliant with applicable codes. Related services include, but are not limited to, demolition, site planning, site drainage modifications, soil borings, archaeological monitoring, utility relocation, permitting, testing and inspection during construction and commissioning of the project. T he proposed project is a new net-zero energy Land Port of Entry facility which will be constructed at the site of the existing Columbus U.S. Land Port of Entry. Net-zero energy shall be defined for the purposes of this project as zero net energy consumption applied annually "on-the-grid" to buildings within the GSA property line. The amount of energy provided by on-site renewable energy sources shall be equal to the amount of energy used by all buildings on the site. Site elements including, but not limited to site lighting and site inspection technologies will not be included in the net-zero energy goal. On-site energy harvesting and energy conservation may include any means necessary to achieve the net-zero energy goal, while achieving the project objectives. The site is located along New Mexico State Highway 11, approximately 3 miles south of the village of Columbus in Luna County, New Mexico. The existing 4.5 acre Port will be demolished as a part of this scope. The new site area for construction is 14.7 acres. The project will include approximately 140,000 square feet of 6" thick passenger car concrete paving and approximately 208,000 square feet of 10" thick commercial vehicle concrete paving. The site perimeter and several areas within the perimeter will be fully secured with chain-link fencing. A total of 106 new parking spaces will be required at the Port. The 106 spaces will include 69 secure parking spaces, 22 non-secure parking spaces and 15 impound parking spaces. The Port will include primary and secondary inspection processing facilities for personally owned vehicles, commercial vehicles and pedestrians. The proposed design shall accommodate a 20-year expansion plan through t he year 2032. The program will encompass approximately 69,243 gross square feet of space, including Main Building, passenger car inspection lanes and canopies, commercial vehicle inspection lanes and canopies, commercial vehicle docks, Hazardous Material Canopy, Kennel Building and Narcotics Vault. Approximately 48,415 gross square feet of the total 69,243 square feet will be building areas (not including canopies). Interior spaces shall include pedestrian inspection areas, detention areas, conference rooms, staff workspaces, staff locker rooms and Canine accommodations. Procurement Strategy: A contractor will be selected competitively utilizing FAR Part 36.3 Two-Phase Design-Build Selection Procedures and Part 15 Source Selection procedures using the Best Value/Trade-off process. Based on the complexity and importance of this project, the Government deems it to be in its best interest to consider award to other than the lowest priced offeror. Therefore, combined technical evaluation factors will be significantly more important than cost or price. The final price will encompass all-inclusive costs for the entire design and construction project including the administrative cost of processing change orders throughout the course of this project. The Government anticipates the award of a Firm Fixed-Price Contract (see FAR Part 16.202); based on a final negotiated or accepted price, to the contractor that offers the best overall value to the Government. The procurement process will be performed in two (2) phases. The Phase One procedure (which is analogous to a Request for Qualifications (RFQ)) is designed to select a "short list" of the most highly qualified Offerors who will be requested to submit Phase Two proposals. GSA anticipates establishing a short list of 3 firms who will be invited to proceed to Phase Two, unless the Contracting Officer determines four (4) firms would be more advantageous to the Government. T he short list will be published in FedBizOpps. All responsible sources may submit a Phase One Proposal. Only the firms selected to be on the short list shall be allowed to submit a Phase 2 proposal. Firms selected to be on the short list shall receive a stipend. Phase 2 proposals must be submitted in accordance with the solicitation requirements in order to receive the full stipend amount. The stipends will be issued through separate contracts and funded with American Reinvestment and Recovery Act (ARRA) funds and will be subject to all applicable ARRA clauses. The resulting Design/Build contract will not be ARRA funded and subject to ARRA clauses. In Phase One, the Government shall identify the evaluation factors other than cost or price that will serve as the basis for the determination of the most highly qualified Offerors. Interested Offerors will be required to submit their responses to the RFQ by the due date established in the RFQ. The Government will evaluate all the responses to the RFQ in accordance with the criteria in the RFQ, and advise each Offeror in writing whether it will be invited to participate in the phase two process. In Phase Two, the Government will issue the Request for Proposal (RFP) to the short listed qualified firms from Phase One and request that they submit Phase Two proposals. Phase Two of the solicitation shall be prepared in accordance with FAR Part 15 and include phase-two evaluation factors, developed in accordance with FAR 15.304. Phase Two of the solicitation shall require submission of technical and price proposals, which shall be evaluated separately in accordance with FAR Part 15. The Government will reserve the right to make an award upon the basis of the initial technical and price proposals without discussions. The RFQ will be issued electronically on or about June 8, 2011 at: http://www.fedbizopps.gov/. Opportunities for other than Large Businesses: This procurement will be open to large and small business firms. Any qualified responsible firm, including small business, veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and women-owned small business is encouraged to participate as a prime contractor or as a member of a joint venture with other small businesses, or as a subcontractor. Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. 637(d), FAR subpart 19.702 and FAR subpart 19.12, an Offeror that is not a small business concern, offering to perform a contract that has subcontracting possibilities, must submit a Subcontracting Plan that is acceptable to the Contracting Officer which provides subcontracting opportunities to small businesses, HUBZone small businesses, small disadvantaged businesses, and woman-owned small businesses to the maximum extent practicable. In this procurement, GSA intends to promote contractors' and subcontractors' use of registered Apprenticeship Programs. Although not mandatory, firms are requested to affix their names to the Interested Vendors Listing for this requirement and register to receive notifications.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-11-UD-C-0007/listing.html)
- Place of Performance
- Address: Luna County, New Mexico, Columbus, New Mexico, 88029, United States
- Zip Code: 88029
- Zip Code: 88029
- Record
- SN02450764-W 20110520/110518234439-80b780f389fcf5b5becc08adf8d6c958 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |