MODIFICATION
Y -- New Construction and Tenant Improvements, Laredo 1 and 2 Ports of Entry
- Notice Date
- 4/21/2014
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management (7PQA), 819 Taylor St., Rm. 12B01, Fort Worth, Texas, 76102, United States
- ZIP Code
- 76102
- Solicitation Number
- GS-07P-14-HH-C-0016
- Archive Date
- 5/30/2014
- Point of Contact
- Barbara L Varley, Phone: (817) 978-7086
- E-Mail Address
-
barbara.varley@gsa.gov
(barbara.varley@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- NEW CONSTRUCTION AND TENANT IMPROVEMENTS, LAREDO 1 & 2 PORTS OF ENTRY, LAREDO, TEXAS, SOLICITATION GS-07P-14-HH-C-0016 THIS NOTICE IS FOR STAGE 1 of 2 STAGES. THIS STAGE 1 IS ONLY FOR GENERAL CONTRACTORS. GC's must participate in Stage 1 to be eligible to participate in Stage 2. The General Services Administration (GSA), Region 7, is seeking qualified general contractors desiring to compete in the procurement process for the referenced project. 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. Project Summary: GSA intends to award a firm-fixed price contract for all construction services necessary as described in the Project Scope. The estimated construction cost is $45,000,000 to $55,000,000. The project will include the expansion and modernization of the Laredo 1, Convent Avenue, and the Laredo 2, Juarez-Lincoln, Ports of Entry. The work at both Ports of Entry will be combined as a single construction contract. The work at Laredo 1, Convent Avenue, is to reconfigure and expand the automobile and pedestrian processing area with the primary objective to increase operational efficiency by increasing the number of permanent pedestrian processing lanes from three to eight and reconfiguring the interior space of the Administration building. The work at Laredo 2, Juarez-Lincoln, is to create a bus inspection and passenger processing area which will include individual bus stalls, pedestrian inspection lanes, luggage x-ray inspection area, waiting area, restrooms and canopies for loading and unloading buses. Procurement Strategy The selection will utilize a Two (2) Stage selection process in accordance with FAR Part 15.202 - Advisory Multi-Step process and Source Selection Procedures in accordance with FAR Part 15.3, Negotiated Procurement with Tradeoff Procedures. Stage 1, Request for Qualifications (RFQ), shall result in a determination of offerors who will most likely be successful in Stage 2 of the procurement. Stage 2, Request for Proposals (RFP), shall result in the selection of the construction contractor whose offer provides the best value to the Government. In Stage 1, the Government shall identify one technical evaluation factor, other than cost or price, that is critical to this procurement and that will serve as the basis for the determination of offerors considered successful candidates for Stage 2. The remaining technical evaluation factors will be evaluated in Stage 2. When combined, all evaluation factors, other than cost or price, are significantly greater in importance to price. Interested offerors are required to submit their Stage 1 responses by the due date established in the RFQ. The Government will evaluate all responses in accordance with the criteria established in the RFQ. The Government will then notify each Offeror in writing whether they will be invited to participate in Stage 2 or, based on the information submitted, that they are unlikely to be a viable competitor. In Stage 2, the Government will issue the RFP, only to interested offerors who participated in Stage 1. The Stage 2 RFP will serve as the basis for the firm-fixed price offers. All offers must be submitted by the date established in the RFP. Based on the Stage 1 and Stage 2 submissions, the Government will select the offer that reflects the best value to the Government. The technical scores from Stage 1 and Stage 2 will be combined for a total technical score for each offeror. The Government reserves the right to make award based upon evaluation of Stage 1 and Stage 2 submissions without discussions. In order to receive the Stage 1 RFQ, interested GC firms shall submit a one page Letter of Interest on company letterhead. This letter shall include a statement of interest, the firm's DUNS number, and an email address for receipt of the RFQ documents. Email documentation to Barbara Varley, GSA Contracting Officer, at barbara.varley@gsa.gov. GSA retains the right to publish and distribute the list of interested offerors to other interested parties (i.e., subcontractors, etc.). Interested parties should refer to PBS Order 3490.1A, Document Security for Sensitive but Unclassified Building Information which outlines document security policy. As stated in the RFQ, information for Technical Evaluation Factor 1 is due to the address stated in the RFQ no later than May 15, 2014, by 2:00 pm, Central Time so GC's should provide their L etter of Interest as soon as possible. No electronic submissions will be allowed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/7PMA/GS-07P-14-HH-C-0016/listing.html)
- Place of Performance
- Address: Laredo 1 (Convent Avenue) and Laredo 2 (Juarez-Lincoln) Ports of Entry, Laredo, Texas, United States
- Record
- SN03344397-W 20140423/140421234855-ccb5ad8618aae87a31afbe6e13a54276 (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 |