Canopy Bollards at DeConcini LPOE
ID: 47PK0724R0002Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R9 AMD SAT SAN DIEGO SUPPORT SECTIONSan Diego, CA, 92101, USA

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Oct 18, 2023 3:39 PM
  2. 2
    Updated Nov 16, 2023 11:19 PM
  3. 3
    Due Nov 30, 2023 12:00 AM
Description

Solicitation Notice: GENERAL SERVICES ADMINISTRATION is seeking proposals for the installation of five (5) bollards in front of the Outbound Canopy at DeConcini LPOE in Nogales, AZ. The bollards will serve as a protective barrier for the facility. Interested parties must submit their offers electronically to angela.mccord@gsa.gov by November 29, 2023, 4:00 PM AZT. A site visit will be scheduled for November 1, 2023, at 10AM (AZT) at DeConcini LPOE. Questions must be submitted by November 8, 2023. The estimated price range for this solicitation is $25,000 to $100,000. For full details, refer to the solicitation package.

Files
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Crash Cushion BOTA
Active
International Boundary And Water Commission: Us-mexico
The International Boundary and Water Commission: US-Mexico, under the department of INTERNATIONAL BOUNDARY AND WATER COMMISSION: US-MEXICO, has issued a Combined Synopsis/Solicitation notice for the procurement of Crash Cushion BOTA. This procurement is a Total Small Business Set-Aside and falls under the NAICS code 332996 for Fabricated Pipe and Pipe Fitting Manufacturing. The requirement is for the replacement of a damaged crash cushion located at the north end of the Bridge of the Americas (BOTA), Land Port of Entry (LPOE), in El Paso, Texas, United States. The crash cushion is used to provide protection and absorb impact in the event of a vehicle collision. Small businesses are invited to submit their quotes for this solicitation, and the submission deadline is July 29, 2024, at 2:00 pm MST. A site visit will be held on July 17, 2024, at American Dam in El Paso, which is highly recommended for interested contractors. The evaluation of offers will be based on technical acceptability, technical approach, and past performance, with the contract being awarded to the lowest price technically acceptable offeror. The payment for this contract will be made through electronic funds transfer via the Invoice Processing Platform (IPP).
Construction Manager as Constructor (CMc) or Construction Manager at Risk (CMr) New Land Port of Entry, Coburn Gore, Maine
Active
General Services Administration
The General Services Administration (GSA) is seeking qualified construction contractors and suppliers for a new land port of entry at Coburn Gore, Maine. The project aims to achieve specific sustainability goals, including net zero readiness and the use of low-embodied carbon materials. The construction contractor will play a crucial role in achieving these goals. They will be responsible for supplying labor, materials, and supervision while adhering to strict sustainability criteria. The work involves constructing a Net Zero Ready facility with all-electric HVAC and plumbing, incorporating GSA's green proving ground technology, and pursuing LEED Gold and SITES Silver certifications. To qualify, construction firms must have experience with two similar projects within the last decade. Similar projects are defined by size, type, and complexity, focusing on design phase and construction services. Additionally, experience in dealing with site-specific conditions such as wetlands, ledge removal, large water structures, extreme cold climates, and secure facilities is advantageous. Firms interested in this opportunity should provide a concise Letter of Interest by the specified deadline. This letter should include essential firm information, project experience, bonding capacity, and details on low-embodied carbon material suppliers. GSA is also inviting suppliers and manufacturers to submit Expressions of Interest for providing low-embodied carbon asphalt, concrete, steel, and glass materials. Suppliers should indicate the materials available and their global warming potential values. It's important to note that this is a sources sought notice, and responses do not constitute formal offers. GSA plans to issue a formal solicitation in February 2025, with an anticipated contract award in October 2025. The contract will likely be awarded on a firm-fixed-price basis, with a total estimated value of $100-$130 million. For further clarification or questions, interested parties can contact Michele Valenza or Paul Murphy, whose details are provided in the notice.
Art In Architecture (AIA) for Artist Services for the Expansion & Reconfiguration Project at the San Luis I Land Port of Entry
Active
General Services Administration
Presolicitation GENERAL SERVICES ADMINISTRATION is seeking Independent Artists, Writers, and Performers for Artist Services for the Expansion & Reconfiguration Project at the San Luis I Land Port of Entry in San Luis, Arizona, United States. The project involves the expansion and modernization of the facility to address structural issues and increasing traffic demands. The GSA AIA Program will commission American artists to create publicly scaled and permanently installed artworks for the project. The budget for the art commission is estimated to be approximately $1.3M. Interested artists must submit their application materials by June 3, 2024, to be considered for this project. The GSA AIA Panel will review the portfolios of artists and recommend a small group for the GSA to issue the Solicitation. The evaluation criteria will include experience, past performance, capacity, overall approach, and total evaluated price. For more information, contact Patricia Weber at patricia.weber@gsa.gov.
Van Buren LPOE Asphalt Repair and Replacement
Active
General Services Administration
Sources Sought GENERAL SERVICES ADMINISTRATION is seeking small business firms for asphalt repair and replacement at the Van Buren Land Port of Entry in Van Buren, Maine. The service includes site preparation, removal of materials, and the installation of asphalt. The project consists of a base contract with two options, including additional compacting, removal and installation of asphalt, crack sealing, and curb installation. The estimated cost of the project is between $500,000 and $1,000,000. Interested small businesses are encouraged to submit a brief capabilities package by 12:00pm EST on June 25, 2024. The government anticipates a contract award in September 2024. The appropriate NAICS Code is 237310, Highway, Street, and Bridge Construction.
ECSO Unrestricted Vertical Construction Multiple Award Task Order Contract (MATOC)
Active
Dept Of Defense
The Department of Defense is issuing a Multiple Award Task Order Contract (MATOC) for vertical construction services aimed at supporting the Fort Worth District, Southwestern and South Pacific Division of the Department of Homeland Security's Customs and Border Protection agency along the southern borders of California, Arizona, New Mexico, and Texas. This contract, with a maximum capacity of $1.5 billion over five years (with two additional option years), seeks to engage experienced construction firms. The scope of work for this project involves design-build and design-bid-build services for border patrol facilities, with individual task orders not exceeding $150 million. Each specific project's detailed description will be provided in the technical specifications of the task orders. To participate, applicants must register on the System for Award Management (SAM) website, which is a prerequisite for receiving an award. Additionally, companies must fulfill the HUBZone10% price evaluation requirement as outlined in the Federal Acquisition Regulation (FAR) 19.1307. The solicitation process is managed through the Procurement Integrated Enterprise Environment (PIEE), with a revised proposal due date expected in early August. Interested parties should use the Solicitation module in PIEE or the provided link to access the solicitation: https://piee.eb.mil/sol/xhtml/unauth/search/oppMgmtLink.xhtml?solNo=W9126G24R0118. For clarification or queries, two points of contact are provided: 1. Primary Contact: CHRISTOPHER PRESTON, christopher.r.preston@usace.army.mil, Tel: 8176876096 2. Secondary Contact: Nicholas Johnston, nicholas.i.johnston@usace.army.mil, Tel: 8178861006 All applicants should carefully review the instructions and requirements before submitting their proposals.