SOURCES SOUGHT
99 -- SOURCES SOUGHT NOTICE CONSTRUCTION MANAGER AS ADVISOR, CALEXICO WEST LAND PORT OF ENTRY CONSTRUCTION PHASE 2B
- Notice Date
- 4/12/2023 12:15:09 PM
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R9 ACQ MGMT DIV PROJECTS BRANCH SAN FRANCISCO CA 94102 USA
- ZIP Code
- 94102
- Solicitation Number
- CLXCO2BCMASSNotice
- Response Due
- 4/26/2023 4:00:00 PM
- Archive Date
- 04/28/2023
- Point of Contact
- Uma Bhatia, Wesley Lau
- E-Mail Address
-
uma.bhatia@gsa.gov, wesley.lau@gsa.gov
(uma.bhatia@gsa.gov, wesley.lau@gsa.gov)
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY.� �The award of this project is subject to the availability of funds. The General Services Administration (GSA) is seeking qualified small business construction management firms for the Phase 2B of the renovation and expansion of the Calexico West Land Port of Entry (LPOE). Anticipated Procurement Requirements The Calexico Land Port of Entry (LPOE) is the main border crossing linking the important Imperial Valley agricultural industry to the State of Baja California. The port processes about 20,000 northbound vehicles and 12,500 northbound pedestrians daily. The existing pedestrian building, built in 1974, is not configured properly and cannot accommodate existing traffic loads and security requirements. As a part of a busy and significant LPOE, this project will require sensitivity and close coordination with Federal Agencies, State and Municipal authorities, Union Pacific Railroad (UPRR), as well as community representatives. This project will require coordination and accommodation with Federal Agencies to ensure security and continuous uninterrupted functionality of the fully operational LPOE. The Calexico Land Port of Entry Phase 2B, comprising approximately 4 acres, is located south of public roadway 1st Street, east of Gran Plaza and south of Highway 111. The Base Scope of Work will include construction management services for the following: Temporary Pedestrian Processing and Detention Facilities with secured pathway to and from current pedestrian border crossing into Mexico. Pedestrian Processing Facility replacement. The construction management scope of work will include all the required management, supervision, labor, equipment and materials required to assist the GSA in successfully managing the potential construction project. The primary scope of work items include, but are not limited to the following: Design Review Cost Estimating Project Management Construction Administration Construction Observation Project Commissioning Project Closeout The estimated price range for Phase 2B is between $8,500,000.00 - $9,500,000.00. Responses to this Sources Sought Notice This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposals. The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. GSA is in the process of determining the availability, adequacy, and capabilities of potential small business sources prior to issuing a Request for Proposals for a construction management firm for the Calexico Land Port of Entry Phase 2B project located in Calexico, CA. If no responses are received from potentially responsible sources, GSA under the FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. Firms interested in this effort must be able to demonstrate experience as a construction management firm on three similar projects as defined below: 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 must exceed $100,000,000.00 in construction costs and be completed in the last eight years.� To be considered similar in type, project(s) must include new construction and/or major renovation of existing facilities. To be considered similar in complexity, project(s) must include work as the primary construction management contractor performing in an occupied government or other institutional use building. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under North American Industrial Classification System (NAICS) code 236220 Commercial and Institutional Building� Construction. The small business size standard for NAICS code 236220 is $45,000,000.00 in average annual receipts over the past three years. If you are an interested small business, per the definition above, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Please provide proof (i.e. DUNS/UEI number, SAM.GOV Registration printout, certification letter from the Small Business Administration, etc.) that your firm is a Small Business in accordance with NAICS code 236220 (average annual receipts less than $45,000,000.00 for the past three years). Identify if your firm is an 8(a), Small Disadvantaged Business, Women-owned Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business. (For additional information on small business concerns visit www.sba.gov) Provide three projects that meet the above definition of �SIMILAR PROJECT and demonstrate the small business firm�s past experience as a construction management firm. Submit a reference for each project submitted. Each response will be reviewed by the GSA Contracting Officer for the purpose of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete a proposed procurement based upon responses to this notice is solely within the discretion of the GSA. All information furnished to the GSA in response to this notice will be used for review purposes only. Other Considerations In any Joint Venture or teaming arrangement the Lead Contractual firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least 50% of the cost of contract, not including the cost of materials, must be completed with its own employees per FAR clause 52.219-14(e)(1) - Limitations on Subcontracting. Submissions and Inquiries Interested firms should submit their interest and provide all the required documentation to this notice to the GSA Contract Specialist, Uma Bhatia via email only at uma.bhatia@gsa.gov. The DUE DATE for responses is Wednesday, April 26, 2023 by no later than 4:00 PM Pacific Standard Time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe3a4b6b45a546f3a45431b383a045a7/view)
- Place of Performance
- Address: Calexico, CA, USA
- Country: USA
- Country: USA
- Record
- SN06649116-F 20230414/230412230114 (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 |