SOLICITATION NOTICE
Z -- Design Build Contract for World Trade Bridge (WTB) Land Port of Entry (LPOE), Border Roadway Improvements & Construction (BRIC)/Paving Project, Laredo, TX
- Notice Date
- 10/25/2024 10:32:55 AM
- Notice Type
- Presolicitation
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- PBS R7 PROG SUPPORT - CAPITAL AND IDIQ FORT WORTH TX 76102 USA
- ZIP Code
- 76102
- Solicitation Number
- 47PH0825R0002
- Response Due
- 11/11/2024 10:00:00 AM
- Archive Date
- 11/26/2024
- Point of Contact
- Temica Stewart, Phone: 8172017945, Jason Gerloff, Phone: 8172018269
- E-Mail Address
-
temica.stewart@gsa.gov, jason.gerloff@gsa.gov
(temica.stewart@gsa.gov, jason.gerloff@gsa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOLICITATION NUMBER: 47PH0825R0002 This is a notice and not a request for proposals. As such, vendors are not to send capability statements or other such documents. TITLE OF PROJECT: Design-Build for World Trade Bridge (WTB) Land Port of Entry (LPOE), Border Roadway Improvements & Construction (BRIC) Project, Laredo, Texas The Inflation Reduction Act (IRA) of 2022, Pub. L. No. 117-169, enacted in August 2022, provided GSA with significant funding for (a) measures necessary to convert facilities to high-performance green buildings, (b) acquisition and installation of construction materials and products with substantially lower levels of embodied greenhouse gas emissions, and (c) emerging and sustainable technologies. The Contract resulting from this Solicitation will be funded in part by IRA appropriations, and it contains numerous IRA-specific requirements. Requirements include, but are not limited to, requirements regarding pricing, invoicing, submittals, materials, and construction. In addition, please note that this Solicitation will contain an evaluation factor favoring certain construction materials with the lowest possible levels of embodied carbon. DESCRIPTION OF PROPOSED WORK:� The U.S. General Services Administration (GSA) Greater Southwest Region, Acquisition Management Division, Capital Investment Program is seeking design and construction services for the BRIC project to include roadway repairs and/or paving replacement, and other related services at the WTB LPOE. Related services include, but are not limited to, demolition, geotechnical investigation, testing and inspection during construction, and coordination with the GSA and the Construction Manager as adviser (CMa). The design-build contractor shall design and construct roadway repairs and/or paving replacement at the designated LPOE to improve the overall function of the port utilizing Low Embodied Carbon (LEC) materials, to include LEC asphalt, concrete, and steel.� The contractor will be responsible for providing all labor, materials, transportation, supervision, and management to perform design and construction. This design-build project involves replacement of approximately 916,997 square feet (sf) of concrete pavements; repairs to include complete reconstruction of 11.5"" and 14"" continuously reinforced concrete pavement (CRCP), 12"" to 14.5� surface reconstruction, 4"" & 9"" jointed reinforced concrete pavement (JRCP) patches, plane & portland cement concrete (PCC) overlay and joint seals. This WTB LPOE BRIC project is a small business set-aside. The small business firm/contractor must have NAICS code 237310 (Highway, Street, and Bridge Construction); the current small business size standard is $45 million.� It is anticipated that this project will take approximately 420 calendar days to complete. Award of any resulting procurement will be based on a source selection employing a �Best Value Concept� methodology.�� GENERAL CONSTRUCTION REQUIREMENTS: �In accordance with FAR 36.204, disclosure of the magnitude of construction projects, the construction cost of magnitude is between $10,000,000 and $20,0000. LOCATION OF THE WORK:� World Trade Bridge Land Port of Entry, 715 Bob Bullock Loop, Laredo, Texas 78043. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE FOR AWARD TO SMALL BUSINESS FIRMS.� � TENTATIVE DATES: The solicitation will be issued on or about November 19, 2024. The proposal due date will be on or about January 2, 2025.�The date for a pre-proposal conference and/or site visit will be established and posted as part of the Solicitation package. �Attendance at this conference is vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. �Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers. Award is anticipated in March 2025. The total Period of Performance (POP) for this project is 420 calendar days from issuance of Notice to Proceed. PROCEDURES FOR AWARD: �A solicitation will be issued requesting a written technical and price proposal.� The Government will make award to the responsible offeror whose proposal conforms to the solicitation and is most advantageous to the Government, non-cost (technical) factors and cost/price considered. For this solicitation, all evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to evaluate each proposal for technical acceptability based upon the five following non-cost factors: (1) Past Experience and Performance of the Company (2) Past Performance, Experience and Qualification of Key Personnel (Design-Build Project Team) (3) Technical and Management Approach (4) Sustainability (LEC Construction Materials)� It is the Government intention to award without discussions, but if determined necessary, the Government reserves the right to hold discussions. PLAN AVAILABILITY:� �The solicitation will be available for electronic download at no charge from SAM.gov website under Contracting Opportunities.� AMENDMENTS TO SOLICITATION: �It is the offeror's responsibility to monitor SAM.gov for the release of any amendments. BONDING:� A bid bond is required as well as payment and performance bonds.� SECURITY:� Before employees are allowed to work under the anticipated contract, all personnel are required to pass a security check.� Specific security requirements will be contained in the solicitation.� FUNDS AVAILABILITY: �Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. ELIGIBLE OFFERORS:� All responsible small business firms may submit a proposal which shall be considered by the agency. All prospective offerors are also required to use the System for Award Management at SAM.gov for registering their firm and completing representations and certifications.� In addition to the design-build/construction opportunity reflected herein, GSA is seeking suppliers and manufacturers that are interested in supplying low embodied carbon asphalt, concrete (and cement), glass and steel materials for the project. Suppliers and manufacturers of materials meeting GSA�s Inflation Reduction Act Low Embodied Carbon asphalt, concrete (and cement), glass and steel requirements may submit an Expression of Interest to the Contract Specialist, Temica Stewart at temica.stewart@gsa.gov no later than December 3, 2024. 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 GSA construction requirements. Supplier and manufacturer contact information will be published in an informational amendment issued by GSA and, potentially, in the following public websites identifying all LEC materials: https://asphaltepd.org/ https://climateearth.com/aec-resources/locate-a-material-supplier/ https://www.nrmca.org/association-resources/sustainability/environmental-product-declarations/ https://www.astm.org/products-services/certification/environmental-product-declarations/epd-pcr.html https://www.builtcold.com/?iss=https%3A%2F%2Fdev-wgh5b6hr6h28038l.us.auth0.com%2F By participating in the competition, offerors consent to GSA sharing their suppliers� names and the global warming potential values associated with suppliers� materials with interested parties and the successful offeror. Such information may also 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, in accordance with the Procurement Integrity Act.� NOTE: The information provided herein is for informational purposes only and does not indicate or imply Federal endorsement of any organization, business, material or product. The Government makes no representation or warranty concerning the quality, performance, availability or suitability of any organization, business, material or product. Prospective offerors shall review the solicitation in detail when it becomes available on www.sam.gov, as items describe herein may change.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e299ef830b44c0e89f224d88e96ae54/view)
- Place of Performance
- Address: Laredo, TX 78043, USA
- Zip Code: 78043
- Country: USA
- Zip Code: 78043
- Record
- SN07249605-F 20241027/241025230100 (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 |