SOLICITATION NOTICE
Y -- Land Port of Entry Facility Expansion and Modernization Trout River, New York
- Notice Date
- 4/10/2025 1:08:59 PM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0324R0010
- Archive Date
- 08/01/2025
- Point of Contact
- Lisa Zalar
- E-Mail Address
-
lisa.zalar@gsa.gov
(lisa.zalar@gsa.gov)
- Description
- This is a PRE-SOLICITATION NOTICE only. This is not a request for proposal. A full solicitation/Request For Proposal release is currently anticipated on or about July 3, 2025. Notice to Proceed for construction is currently anticipated to be issued on or about January 21, 2026. The period of performance will be approximately twenty-seven (27) months from the issuance of the Notice to Proceed. The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region intends to solicit for a qualified General Contractor who can provide full construction services for an Expansion and Modernization of the existing U.S. Land Port of Entry at the United States / Canada border located adjacent to the New York State Department of Transportation Route 30 Right of Way and County Route 20 in Trout River, New York. The General Contractor will be selected through a procurement method developed in accordance with Federal Acquisition Regulations Part 15.1 � Source Selection Processes and Techniques, using Best Value -Trade Off Method. Notable evaluation factors will include Subcontracting Methodology (for small business subcontracting opportunities). This procurement will be conducted under North American Industry Classification System Code 236220--Commercial and Institutional Building Construction. The Small Business size standard is an average annual sales and receipts for the past three (3) years that are equal to or less than $45,000,000. GSA anticipates the award of a contract at a firm-fixed price. The magnitude of construction for this project is between $25,000,000 and $35,000,000. Please note: a bid guarantee (bid bond) will be required at twenty (20) percent of the bid price or $3 million, whichever is less, at the time of proposal submission. Upon contract award, both the Performance and Payment bonds will be required at 100% of the total contract value. Any firms unable to meet the bond requirements will be ineligible for a contract award. Scope Summary The project scope includes expansion and modernization of the existing Land Port of Entry in order to meet updated Federal requirements. The Land Port of Entry�s construction requirements are expected to include commercial and non-commercial vehicle inspection facilities on or adjacent to the New York State Department of Transportation Route 30 Right of Way and County Route 20. This project will preserve and modernize the existing 7,748 square foot Headhouse, construct an approximately 7,600 square foot new addition, and construct a 2,300 square foot outbuilding. The Government will temporarily suspend vehicle inspection operations at this Port of Entry in order to support efficient construction. Site work will include grading and construction of pedestrian and vehicular roadways, paths, parking areas, drainage structures, pavement markings, site lighting, safety features, and vehicle inspection lane technology equipment. The General Contractor shall coordinate with and comply with the requirements of utility providers as necessary to complete construction. This procurement will be issued on an unrestricted basis, in accordance with FAR 6.1, Full and Open Competition. The planned project delivery method is Design-Bid-Build resulting in a Firm-Fixed-Price contract for construction services. For informational purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission. In addition, in order for contractors to have access to Federal space, the General Contractor will be required to adhere to the HSPD-12, Directive Clearance Process, in accordance with FAR 52.204-9 � Personal Identity Verification of Contractor Personnel (JAN 2011).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/38c17a5e9d974e4e869e80394ff7578d/view)
- Place of Performance
- Address: Constable, NY 12926, USA
- Zip Code: 12926
- Country: USA
- Zip Code: 12926
- Record
- SN07404322-F 20250412/250410230101 (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 |