SOLICITATION NOTICE
Z -- Design-Build Services for the Bridge of the Americas (BOTA) Land Port of Entry (LPOE) Modernization Project, El Paso, Texas
- Notice Date
- 1/7/2026 5:08:07 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH NORTHEAST Washington DC 20405 USA
- ZIP Code
- 20405
- Solicitation Number
- 47PB5126R0003
- Response Due
- 1/26/2026 10:00:00 AM
- Archive Date
- 02/10/2026
- Point of Contact
- Marsha Howard, Phone: 8175058543, Ashley C. Morgan, Phone: 8172239839
- E-Mail Address
-
marsha.howard@gsa.gov, ashley.morgan@gsa.gov
(marsha.howard@gsa.gov, ashley.morgan@gsa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a pre-solicitation notice and not a request for proposals. As such, vendors are not to send capability statements or other such documents. The General Services Administration (GSA) Design and Construction Excellence Program seeks to commission architects, engineers, and construction professionals to maintain and modernize our legacy federal buildings for the next 50 to 100 years of service. These projects will demonstrate the value of integrated design that balances historic significance with current needs; balances aesthetics, costs, constructability, and reliability; and creates environmentally responsible and superior workplaces for civilian federal employees. The Bridge of the Americas (BOTA), Land Port of Entry (LPOE), was built in 1967. It is located on the international border separating El Paso, TX, and Juarez, Chihuahua, MX. This LPOE connects with the LPOE of Cordova in Ciudad Juarez, Chihuahua, MX. The facility processes privately owned vehicles (POV), pedestrians, and commercial traffic. The bridge leading to the facility is the only toll-free bridge in El Paso, creating extensive traffic. The planned project is to design and construct a U.S. Land Port of Entry that will reflect the critical importance of this crossing as a gateway to the United States of America. In this context, GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, regulation and Executive Order, all facilities will meet performance targets and security requirements. The General Services Administration (GSA) is seeking a qualified contractor to provide the design and construction of a new port of entry to replace the existing port. The current Land Port of Entry (LPOE) is a full-service port that inspects privately owned and commercial vehicles and pedestrians. It is currently operating from outdated, deteriorating facilities that do not adequately meet the functional needs of the tenant. The new construction project will correct port deficiencies and modernize its facility to accommodate the increasing traffic. The contractor will be required to phase the construction. The privately owned and pedestrian traffic will be required to stay in continuous operation during the construction and commercial vehicle inspection will be closed indefinitely. The timing of the commercial traffic closure will coincide with the construction phasing. The project design components include designing a facility that will conform to the PBS Interim Core Building Standards and other building codes and standards as applicable to this project. The project construction components include construction of an administration building to include an expanded pedestrian inspection area; primary and secondary passenger vehicle inspection facilities; outside vehicle parking expansion; seized vehicle processing area; a kennel; outbound inspection for pedestrian and privately owned vehicles and buses,, outbound support office building and new paving throughout LPOE. The intended project delivery method is Design Build (DB). The DB scope of work includes all labor and materials required to provide design and construction services for the BOTA LPOE project pursuant to the Revolutionary FAR Overhaul (RFO) Federal Acquisition Regulation (FAR) Two-Phase Design Build Selection Procedures and incorporating Art in Architecture Program, and Design-Construction-Operational Excellence policies and procedures. The resultant contract will be firm fixed price. The services requested of the DB contractor shall cover a wide range of design and construction activities including all management, supervision, labor, equipment, and materials required to provide architectural, engineering, construction, and other related services necessary to design and construct the new facilities. Related services include, but are not limited to, site planning, utility relocation (as needed), testing and inspection during construction, commissioning, and potential additional analysis of the site. The project is funded under the Infrastructure Investment and Jobs Act (IIJA). The Phase I solicitation is anticipated to be posted on or around January 26, 2026 and the Phase I selection in March of 2026. Phase II solicitation is anticipated to be sent to the shortlisted offerors around April of 2026, with an award anticipated in October of 2026. Currently the substantial completion date is anticipated for 2030. The estimated cost range for construction is between $400,000,000.00 and $460,000,000.00. This is a negotiated, best value procurement. The proposed contract will be solicited as full and open competition. A Project Labor Agreement (FAR 52.222-33) will not be required for the project. 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 arises until award of the contract. ELIGIBLE OFFERORS: All responsible 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. Prospective offerors shall review the solicitation in detail when it becomes available on www.sam.gov, as items described herein may change. Any questions regarding this notification shall be directed to Marsha Howard, Contracting Officer, via marsha.howard@gsa.gov. Potential offerors are responsible for monitoring and downloading the solicitation and any potential amendments, if any, to the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d047eebe955d4c068fd16fdb296cda2d/view)
- Place of Performance
- Address: El Paso, TX 79905, USA
- Zip Code: 79905
- Country: USA
- Zip Code: 79905
- Record
- SN07679701-F 20260109/260107230033 (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 |