Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2024 SAM #8360
SOURCES SOUGHT

Z -- Paving Project - World Trade Land Port of Entry, Laredo

Notice Date
10/15/2024 3:46:59 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
PBS R7 NON-PROSPECTUS - BORDER FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
EQ7PC-24-0002
 
Response Due
10/29/2024 3:00:00 PM
 
Archive Date
11/13/2024
 
Point of Contact
Rosalva Ramos, Phone: 9564545641
 
E-Mail Address
rosalva.ramos@gsa.gov
(rosalva.ramos@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought Notice� THIS IS NOT A REQUEST FOR PROPOSAL� This announcement is open to Small Business concerns.� The General Services Administration (GSA), Public Buildings Service (PBS), Greater Southwest Region (Region 7), Acquisition Management Division, Non-Prospectus Projects Division is conducting a market survey seeking qualified Construction Contractors to provide construction services for the Paving Project at the World Trade Land Port of Entry in Laredo, Texas. GSA anticipates issuing a solicitation, based on the outcome of this market survey, on or about�November/December 2024, and awarding a subsequent contract on or about�February/March 2025.� PROJECT INFORMATION The project involves roadway repair and replacement of approximately 32,842�square feet (SF) of concrete�pavement.� Construction phasing will be required to allow for continued LPOE traffic flow and operation during construction. The estimated construction price range for this project is between $1,000,000 and $5,000,000. Estimated contract duration is approximately 9 to 12 months from notice to proceed. Potential NAICS is 237310 with a size standard of $45.0m. The PSC/FSC is Z2LB (repair and alteration of highway/roads/streets/bridges/railways).� PROCUREMENT INFORMATION This announcement is open to small business concerns. The Government is not obligated to and will not pay for any information received from the potential sources because of this market survey. GSA anticipates issuing a solicitation, based on the outcome of this market survey, on or about November/December 2024, and awarding a subsequent contract on or about February/March 2025. Award of any resulting procurement will be based on employing a �Best Value Concept� methodology. The anticipated contract will be awarded on a firm-fixed price basis. SUBMISSION INSTRUCTIONS FOR INTERESTED FIRMS Construction Firms interested in this effort must be able to demonstrate experience with 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, complexity, and type as further defined here.� To be considered similar in size, each project must have�exceeded $1,000,000 in cost/price�and be�completed in the last five years. To be considered similar in complexity, projects must include construction of�roadway repair and replacement of a minimum of 20,000 square feet (SF) of concrete pavement, 4� or more in depth, of which included contractor phasing or planning to allow traffic flow to continue during construction.� Interested firms are invited to respond to this notice by providing the following information:� Provide firm name, address, point of contact, phone number, email address, and Unique Entity Identification (UEI) number. Identify all business categories and NAICS codes applicable to your firm, i.e., small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business and/or large business.� Provide project experience of two (2) projects of similar size, complexity, and type. Include project dates, price, and role as either Prime Contractor or Subcontractor. Include points of contact and all information necessary to contact the owner of the project who can substantiate similar project characteristics.� Provide the name of the Surety, maximum bonding capacity per project and aggregate maximum bonding capacity.� Any interested construction firm should provide a written Letter of Interest with the aforementioned information (no more than 3 pages)�by 5:00 pm CST, October 29, 2024, to Rosalva Ramos via email, rosalva.ramos@gsa.gov.�The subject line should state �Letter of Interest for Paving Project for World Trade LPOE."" Expressions of Interest should indicate materials available and global warming potential values reflected in materials� environmental product declarations. Submission of an expression of interest grants GSA your permission to publish your firm�s contact information and offerings for use by potential offerors on the construction requirement. Supplier and manufacturer contact information will be published in an informational amendment issued by GSA.� By participating in the competition, offerors consent to unrestricted GSA use of supplier names and the GWP values associated with supplier materials. Such information may be disclosed publicly or used to inform other low embodied carbon procurement activities. Technical solutions, supplier pricing, and supplier-offeror terms and conditions will not be shared. Any objection shall be transmitted to the Contracting Officer by the due date for offers and shall adhere to 41 C.F.R. � 105-60.601. All information submitted is subject to verification. Additional information may be requested to substantiate responses. Reimbursement costs for information received are not authorized.� NOTE: Questions submitted may or may not be answered. This is a market survey to identify interested and qualified firms to determine if adequate competition exists to set aside any potential procurements.� This is a Sources Sought Notice and NOT a Request for Proposal. This is not a guarantee that a Request for Proposal will be issued in the future.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5e94b7cf40a14d99b9a6aa5db002854e/view)
 
Place of Performance
Address: Laredo, TX 78043, USA
Zip Code: 78043
Country: USA
 
Record
SN07240710-F 20241017/241015230109 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.