Design Build Contract for Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC), Santa Teresa, NM
ID: 47PH0825R0004Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 PROG SUPPORT - CAPITAL AND IDIQFORT WORTH, TX, 76102, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS (Z2LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for a Design Build Contract focused on the Border Roadway Improvement and Construction Project at the Santa Teresa Land Port of Entry in New Mexico. This project aims to enhance roadway infrastructure while adhering to sustainability mandates under the Inflation Reduction Act, specifically requiring the use of low-emission construction materials. The procurement is set aside for small businesses, and contractors must demonstrate past performance in similar projects, with evaluations emphasizing sustainability, management plans, and team experience. Interested parties should submit their proposals by the revised deadline of March 4, 2025, and can contact Jeffrey Kang at jeffrey.kang@gsa.gov or Jason Gerloff at jason.gerloff@gsa.gov for further information.

    Files
    Title
    Posted
    The GSA Solicitation outlines requirements for establishing GSA Affiliated Custom Accounts (GACA) for Google Drive™ and Google Sites™ to facilitate secure and collaborative work among GSA employees, customers, and partners. The use of these platforms adheres to the Federal Information Processing Standard (FIPS) 140-2, ensuring secure access and transmission with a minimum of TLS 1.2 encryption. The process specifically targets agencies and partners without Google Apps for Government or Premier, allowing them to create a “GSA.” Gmail account with two-factor authentication enabled for enhanced security. Instructions for account setup are provided, emphasizing simplicity and quick completion using a mobile device for verification. The GSA IT Security Staff will monitor compliance, responding to non-compliance issues; however, sharing with existing Google Apps accounts will not incur further actions. This directive underscores the GSA's commitment to secure and effective collaboration while adhering to federal standards.
    The U.S. General Services Administration (GSA) has established Low Embodied Carbon Concrete Requirements under the Inflation Reduction Act of 2022 (IRA), which aims to significantly reduce greenhouse gas emissions associated with construction materials. The IRA allocates $2.15 billion for acquiring low-carbon concrete and cement products, targeting a net zero operational emissions goal for federal buildings by 2045. The requirements focus on concrete, cement, and concrete masonry units utilized in construction projects funded by IRA provisions, mandating that at least 80% of the assembly's cost or weight must meet specified carbon limits. The document specifies material definitions, outlines GSA limits for low embodied carbon concrete, cement, and masonry units, and details the necessary compliance documentation including third-party Environmental Product Declarations (EPDs) and ENERGY STAR Energy Performance Scores. The GSA's regulations aim to promote sustainability while adhering to existing laws such as the Buy American Act. The overarching goal is to integrate environmentally friendly materials in federal construction projects, thereby advancing climate goals and fostering economic growth within the clean energy sector.
    The U.S. General Services Administration (GSA) outlines the Low Embodied Carbon Steel Requirements as part of the Inflation Reduction Act (IRA) enacted in 2022. The IRA commits to significant climate and energy investments, aiming for a net zero emissions federal building portfolio by 2045. GSA's initiative allocates $2.15 billion for construction materials with reduced embodied greenhouse gas emissions. These requirements apply specifically to steel products acquired through IRA funding, mandating that at least 80% of a construction assembly's cost or weight comprises compliant steel. Compliance hinges on specific environmental performance indicators, including a third-party verified Environmental Product Declaration (EPD) and ENERGY STAR scores for associated steel mills. The document details various steel categories and sets rigorous limits for greenhouse gas emissions, ensuring adherence to existing laws such as the Buy American Act. It highlights the balance between promoting domestic manufacturing and environmental responsibility in procurement processes for federally funded construction projects, aligning with broader climate goals of the U.S. government.
    The U.S. General Services Administration (GSA) has established the Low Embodied Carbon Asphalt Requirements under the Inflation Reduction Act (IRA) of 2022, aimed at reducing greenhouse gas emissions in construction materials. With a funding allocation of $2.15 billion, the GSA's initiative sets specific environmental standards for asphalt used in federally funded construction projects. Key requirements limit the carbon footprint of asphalt products through established performance thresholds outlined in Environmental Product Declarations (EPDs), classifying them based on their greenhouse gas emissions. Asphalt mixtures must comply with defined carbon intensity limits, categorized into top 20%, top 40%, and better than average bands for embodied greenhouse gases. Compliance documentation mandates a product-specific, third-party verified EPD. The IRA provisions also ensure that all asphalt procurements adhere to existing trade laws, such as the Buy American Act. This initiative reflects the federal commitment to achieving net-zero emissions in federal building operations by 2045 and procurement by 2050, providing a structured approach to environmentally sustainable construction practices across government projects.
    This document outlines the requirements and conditions for a Bid Bond, a guarantee for contractors involved in federal government bids for construction, supplies, or services. It implements Standard Form 24 as specified by the General Services Administration (GSA) and ensures that the Principal (contractor) and Surety(ies) are bound to the U.S. Government in a penal sum that typically reflects a percentage of the bid price, with a maximum dollar limit indicated. The bond becomes void upon the Principal executing contractual documents and providing necessary bonds after a bid's acceptance. It details the obligations of both the Principal and the Surety, including provisions related to potential extensions of acceptance time without impairing the bond's enforceability. The instructions specify required signatories, the establishment of corporate seals, and guidelines on co-surety arrangements. The form serves to collect critical information while ensuring compliance with governmental regulations governing contract bids. The document is crucial for securing federal contracts by affirming the contractor's commitment and financial backing via sureties.
    The document contains fragmented and unclear information on various initiatives, likely related to federal grants, RFPs, and state/local proposals. Its main focus appears to be on enhancing infrastructure and safety protocols through upgrades and assessments, although specific projects or directives are not clearly outlined. Key themes include compliance with safety regulations, identifying hazardous materials, and the necessity of thorough evaluations before undertaking construction or remediation efforts. There are indications of collaboration between various stakeholders to ensure adherence to best practices, especially in contexts involving environmental risks or historical preservation. The document likely serves as a reference for entity compliance and operational guidelines within government-related projects, although the exact specifics and metrics are obscured by formatting issues and incomplete data. Thus, the essence suggests a framework for project management amid safety and regulatory considerations without offering concrete details on individual programs or funding avenues.
    The document pertains to the Santa Teresa Land Port of Entry and references Solicitation # 47PH0825R0004. It is part of a Request for Proposal (RFP) cycle, indicative of the federal government's intention to procure services or products related to this specific border facility. The details within the file, although partially obscured, suggest a structured approach to project management, indicating various phases or requirements denoted by coded references such as POVRD, COMMPRD, and CIDOCK, which likely categorize different project components. These components may involve construction, communications, road development, and other infrastructure services essential for the port's functionality. The importance of this initiative underscores federal efforts to enhance border security, efficiency, and logistics at the Santa Teresa port. This RFP serves as a formal invitation for contractors and vendors to submit proposals that align with the project's objectives and requirements, ultimately aiming to improve operations at a critical point of entry into the United States.
    The document outlines a questionnaire for evaluating construction firms applying for a contract under GSA Solicitation No. 47PH0825R0004. It focuses on assessing the past experience and performance of contractors across several factors: schedule compliance, budget management, quality of work, teamwork, customer satisfaction, and safety practices. Each section includes multiple-choice questions that gauge a contractor's timeliness, adherence to budget, response to unforeseen challenges, quality control measures, cooperation with various stakeholders, safety programs, and overall effectiveness. Respondents are also prompted to provide details about key staff performance and to share remarks on potential future engagements with the contractor. The purpose of this comprehensive evaluation process is to ensure only qualified contractors are selected, thereby supporting the GSA's goal of maintaining high standards in federal construction projects. This aligns with the broader context of government RFPs aimed at fostering accountability and excellence in federal contracts.
    The GSA Solicitation No. 47PH0825R0004 outlines a questionnaire focused on evaluating the past performance, experience, and qualifications of key personnel involved in contracting projects. The questionnaire is designed to gather specific information regarding the contractor and key personnel, including their roles, responsibilities, and the outcomes of previous projects. Evaluators are prompted to assess various aspects such as coordination of subcontractors, cooperation, commitment, responsiveness in administrative tasks, adherence to budget and schedule, and the quality of work performed. Ratings are provided on a scale from unacceptable to excellent, along with space for additional comments. The purpose of this document is to evaluate the capabilities and effectiveness of individuals proposed for contract roles, ensuring that they meet the rigorous standards required for federal projects. This assessment is critical in the context of government RFPs, federal grants, and state/local RFPs as it influences decisions regarding contractor selection, ultimately impacting the success of future projects.
    This document outlines the sustainability factor instructions for offerors participating in government contracts. Offerors must complete a Sustainability Table indicating their commitment to meeting IRA-Eligible Material limits based on their material classifications (e.g., concrete, asphalt, steel). Scoring is determined by the environmental performance of the materials, with higher scores awarded for those that exceed GSA’s lower GWP limits. Raw Scores, ranging from 100 to 20, are calculated based on materials' compliance with specified IRA Limits. The total Weighted Score reflects the performance across all materials, assigning an evaluation weight as determined by the contracting officer. The emphasis on using IRA-Eligible Materials aims to enhance sustainability within federal projects and ensure compliance with legal standards. This document serves as a guideline for evaluating contractor commitments towards environmentally responsible materials in construction, aligning with federal sustainability objectives and procurement practices.
    The document outlines the wage determination for highway construction projects in Dona Ana and San Juan Counties, New Mexico, effective January 3, 2025. It includes minimum wage rates mandated by Executive Orders 14026 and 13658, which apply to contracts covered by the Davis-Bacon Act. For contracts initiated on or after January 30, 2022, the minimum wage for covered workers is set at $17.75 per hour. For contracts from January 1, 2015, to January 29, 2022, the minimum wage is $13.30 per hour if not renewed after the latter date. The document lists specific wage rates for various construction roles, such as electricians, truck drivers, carpenters, and laborers, with differential rates based on geographic location, particularly in Dona Ana and San Juan. Additional worker protections under Executive Orders, including paid sick leave, are also highlighted. The document provides avenues for appeals and requests for review concerning wage determinations, ensuring compliance with governmental labor standards. Overall, it serves as an essential reference for contractors needing to adhere to federal wage requirements for highway construction projects in New Mexico.
    This document, titled "Contractor's Qualifications and Financial Information," serves as a systematic form for contractors applying for federal contracts, grants, or RFPs, ensuring compliance with the Paperwork Reduction Act. It collects essential data concerning the contractor's organizational structure, financial status, and past performance. The form consists of several sections: 1. **General Information**: Captures contractor details including name, address, type of organization, taxpayer ID, and ownership information. 2. **Government Financial Aid and Indebtedness**: Asks about any federal debt delinquencies, claims against the government, and current government financial support. 3. **Financial Statements**: Requires balance sheet and income statement details along with prepared financial statements, signed by an authorized official. 4. **Bank and Finance Information**: Gathers data regarding current banking relationships and any outstanding loans. 5. **Principal Merchandise or Raw Material Supplier Information**: Details on suppliers and amounts owed. 6. **Contract Information**: Focuses on current contracts in force and past significant contracts, establishing a history of the contractor's capabilities. The document culminates in a certification section where the contractor affirms the provided information is accurate. Overall, it is a comprehensive assessment tool to ensure contractors meet the financial and operational criteria needed for government contracts.
    The GSA Solicitation No. 47PH0825R0004 addresses offeror representations and certifications required for government contracting, specifically related to concrete and asphalt paving. The document outlines the North American Industry Classification System (NAICS) code, small business size standards, and necessary representations regarding telecommunications equipment, responsibility matters, and labor standards. Key provisions include the requirement for offerors to maintain active registrations in the System for Award Management (SAM) and the importance of disclosing affiliations with covered telecommunications equipment or services, in compliance with federal regulations. The solicitation emphasizes due diligence in reporting any criminal or administrative proceedings involving the offeror or its principals and includes clauses on FASCSA order compliance. This solicitation reflects the complex regulatory environment governing federal procurement processes, aiming to ensure transparency, accountability, and fair competition in government contracts while establishing minimum standards for potential contractors.
    The Post Award Allocation Form is a structured document used in government contracting to outline project details and responsibilities post-award. It includes sections for project names, solicitation numbers, and essential information regarding both the owner and contractor, such as contact details and scope of work. The document details exclusions in the materials and services, outlines assumptions, and specifies contributions toward net zero goals. It utilizes the PBS MasterFormat CSI system to categorize various trade works, from design services to utilities, outlining specific divisions for low embodied carbon materials. It further delineates between self-performed and subcontracted work while providing a financial breakdown that encompasses trade costs, general conditions, overheads, and profit calculations. Overall, this form serves as a comprehensive guideline for managing and aligning the expectations of both contractors and government owners within federal and state/local RFP frameworks, ensuring clarity in project execution and compliance with regulatory standards.
    The document outlines a structured data entry protocol related to the installation and outcomes of energy-efficient systems within construction projects managed by federal, state, and local government entities. It includes various fields for documenting project details such as contractor and project manager information, project type (non-ESPC or ESPC), and milestone statuses. Additionally, there are sections dedicated to the Environmental Product Declarations (EPDs) of materials used, global warming potential (GWP) limits, and reporting of energy savings and operational costs associated with energy conservation measures (ECMs). The project's goal is to ensure accuracy in reporting and compliance with established sustainability standards. Detailed calculations of embodied carbon and energy savings are required, reflecting a commitment to reducing environmental impact. The document emphasizes the importance of validating technology installation and performance via certified personnel. Overall, it serves as both a checklist and reporting framework for energy and sustainability goals within government construction projects, which aligns with federal and state grant or RFP initiatives focusing on sustainable development.
    The document outlines Amendment No. 1 for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) Project, identified by Solicitation Number 47PH0825R0004. This amendment provides updates including pre-proposal meeting minutes, a revised Scope of Work, site visit sign-in sheets, and a map detailing project sections. The project focuses on the design-build construction services for roadway restoration using Low Embodied Carbon materials and must accommodate ongoing traffic during construction. The amendment specifies the proposal due date of March 4, 2025, at 12:00 P.M. CST and reiterates that all submissions must be via email. The procurement is set aside for small businesses, and the selected contractor must adhere to Davis-Bacon Wage Rates. Evaluation criteria emphasize past performance, company experience, management plans, and sustainability metrics based on the Inflation Reduction Act funding. The amendment clarifies that the proposal process includes a requirement for documentation and specific evaluations regarding the sustainability of materials used, highlighting the government’s initiative to promote environmentally responsible practices in federal contracting.
    This amendment (0002) addresses the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) Project in Santa Teresa, NM. The primary purpose of this document is to indefinitely postpone the proposal due date, originally set for March 4, 2025. The amendment informs all stakeholders that a follow-on amendment will be issued later to provide an update on the project's status, ensuring clear communication about the project's timeline. Offers must confirm receipt of this amendment using specified methods, including returning copies or acknowledging it in proposals. The document emphasizes that failure to acknowledge the amendment may lead to rejection of offers, maintaining strict procedural adherence. Additionally, the document outlines the structure for submission and acknowledgment, ensuring that all parties follow the established protocols. Overall, this amendment serves to keep potential contractors informed regarding changes in the solicitation process for the project.
    The document outlines Solicitation #47PH0825R0004 for the Santa Teresa Land Port of Entry Border Roadway Improvement and Construction Project, emphasizing a government request for proposals from small businesses. It establishes requirements for contractors aiming to execute the project, including submission criteria, performance bonds, and evaluation factors. Key elements include a bid guarantee requirement, a pre-proposal conference, a site visit obligation, and specific sustainability mandates under the Inflation Reduction Act (IRA), focusing on the use of low-emission construction materials. Proposals must consist of a technical plan, a price proposal, and evidence of past performance with similar projects. The evaluation criteria highlight the importance of sustainability, the experience of the proposed project team, and a clear management plan that addresses project risks and timelines. Committed use of IRA-eligible materials with low embodied carbon is a significant factor, impacting scoring. Overall, the document serves as a comprehensive guide for prospective contractors to understand submission processes and evaluate commitments while fostering fiscal responsibility and sustainability in federal construction projects.
    Similar Opportunities
    Paving Replacement Project - World Trade Land Port of Entry
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for a paving replacement project at the World Trade Land Port of Entry in Laredo, Texas. The project involves replacing approximately 20,169 square feet of pavement, with two optional areas totaling an additional 12,673 square feet, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative is crucial for maintaining infrastructure that supports efficient traffic flow and border security operations, reflecting the government's commitment to enhancing public works at critical entry points. Interested contractors must submit their proposals electronically by February 28, 2025, and can direct inquiries to Rosalva Ramos at rosalva.ramos@gsa.gov or by phone at 956-454-5641.
    Design Build Contract for Eagle Pass I & II Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC), Eagle Pass, TX
    Buyer not available
    The General Services Administration (GSA) is soliciting bids for a Design Build Contract focused on roadway improvements and construction at the Eagle Pass I & II Land Ports of Entry in Eagle Pass, Texas. This project aims to enhance the functionality of the ports by utilizing Low Embodied Carbon (LEC) materials in the repair and replacement of approximately 559,000 square feet of concrete pavement, ensuring compliance with sustainability standards set forth by the Inflation Reduction Act (IRA) of 2022. The contract, which is a total small business set-aside with an estimated value between $10 million and $20 million, requires completion within 350 calendar days and emphasizes the importance of minimizing disruptions to ongoing operations at the ports. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to Carrie R. Haman at carrie.haman@gsa.gov or by phone at 682-209-1115.
    Land Port of Entry Facility Expansion and Modernization Trout River, New York
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified General Contractor (GC) for the expansion and modernization of the U.S. Land Port of Entry (LPOE) located in Trout River, New York. The project aims to enhance the existing facility to meet updated Department of Homeland Security requirements, including the construction of new vehicle inspection facilities and the renovation of the historic Headhouse. This procurement is significant as it will support the GSA's sustainability objectives, including achieving LEED Gold certification and utilizing funding from the Inflation Reduction Act for high-performance green building measures. The anticipated contract, valued between $20 million and $30 million, is expected to be awarded in Spring 2025, with a performance period of approximately 27 months. Interested contractors must ensure active registration in the System for Award Management (www.sam.gov) at the time of offer submission.
    Carlson Perimeter Security - Vehicle Barrier Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for the Carlson Perimeter Security project, specifically for the replacement of vehicle barriers in Topeka, Kansas. This procurement is set aside for small businesses and falls under the NAICS code 236220, which pertains to Commercial and Institutional Building Construction. The project is crucial for enhancing security measures at federal facilities, ensuring the safety and protection of personnel and assets. Interested parties can reach out to Dane Anderson at dane.anderson@gsa.gov or call 785-217-6059 for further details regarding the solicitation process.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    Grand Portage Land Port of Entry Art in Architecture
    Buyer not available
    The General Services Administration (GSA) is seeking American artists for a federal art commission associated with the redesign and modernization of the U.S. Land Port of Entry in Grand Portage, Minnesota. The project aims to transform an outdated border facility into a state-of-the-art commercial port that enhances safety, security, and efficiency while reflecting local culture and identity. The GSA allocates a budget of approximately $387,993 for this art commission, and interested artists must submit their application materials to the GSA’s National Artists Registry. For further inquiries, artists can contact Jennifer Styzek at jennifer.styzek@gsa.gov or by phone at 312-353-1214.
    2023 Light Duty Vocational Trucks
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the procurement of 2023 Light Duty Vocational Trucks as part of its ongoing vehicle acquisition program. The GSA aims to update its fleet with new model year vehicles that comply with federal vehicle standards, specifically targeting light-duty trucks suitable for various government applications, including vocational purposes. This procurement is crucial for maintaining an efficient and modern fleet to support federal operations, with a focus on incorporating vehicles that meet emerging technology standards. Interested vendors must submit their proposals and request AutoBid accounts by July 2, 2024, with the AutoBid process opening on July 22, 2024, and closing on August 21, 2024. For further inquiries, vendors can contact Karissa Dodier at karissa.dodier@gsa.gov or Zachary Shepherd at zachary.shepherd@gsa.gov.
    Sioux Falls Courthouse Window Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the Sioux Falls Courthouse Window Replacement project in South Dakota, which is part of a broader initiative funded by the Inflation Reduction Act (IRA). The project involves the installation of energy-efficient windows while preserving the historical integrity of the courthouse, with a strong emphasis on sustainability through the use of low-embodied carbon materials. This procurement is significant as it reflects the government's commitment to environmentally responsible construction practices and supports small business participation in federal contracts. Proposals are due by March 27, 2025, and interested parties can contact Christine Allen at christine.allen1@gsa.gov or Sarah C. Callies at Sarah.Callies@gsa.gov for further information.
    2306 Bannister IRA Project
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for the 2306 Bannister IRA Project, which falls under the Public Buildings Service and is a task order off the Region 6 Design Build IDIQ contract. This project involves commercial and institutional building construction, specifically focusing on the repair or alteration of office buildings in Kansas City, Missouri. The successful contractor will be responsible for executing the project in accordance with the established guidelines, and access to project documents is restricted to holders of the Region 6 Design Build IDIQ contract, requiring coordination with prime contractors for subcontractors. Interested parties can reach out to Julie Vo at julie.vo@gsa.gov or Mike Flanigan at michael.flanigan@gsa.gov for further information, and should allow 24-48 hours for document access approval.
    General Services Administration Lease: Office Space Albuquerque, New Mexico
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Albuquerque, New Mexico, specifically requiring a total of 7,020 ABOA square feet. The space must accommodate various functions, including office use, warehouse storage, and facilities for a helicopter and airplane base of operations, all within a secured airport perimeter. This procurement is critical as it will replace the current leased space that is set to expire, and the GSA is open to considering alternative locations if they are economically advantageous. Interested parties should submit their expressions of interest by November 14, 2024, to Mary Haralson at mary.haralson@gsa.gov or by phone at 817-978-0834, with an estimated occupancy date of February 28, 2026.