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
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 7, 2025, 12:00 AM UTC
  3. 3
    Due Mar 4, 2025, 6:00 PM UTC
Description

The General Services Administration (GSA) is seeking proposals from small businesses for a design-build contract focused on the Border Roadway Improvement and Construction project at the Santa Teresa Land Port of Entry (LPOE) in New Mexico. The project aims to repair or replace approximately 190,000 square feet of concrete pavement using Low Embodied Carbon (LEC) materials, ensuring compliance with sustainability mandates under the Inflation Reduction Act (IRA). This initiative is critical for enhancing infrastructure at a key border facility while promoting environmentally responsible construction practices. Interested contractors must submit their proposals by March 4, 2025, and are encouraged to attend a pre-proposal meeting on January 22, 2025, with further details available from the primary contact, Jeffrey Kang, at jeffrey.kang@gsa.gov.

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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
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.
Apr 7, 2025, 12:04 PM UTC
The document outlines an amendment to a solicitation regarding a design-build contract for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction project. The solicitation has been canceled due to recent changes in the Inflation Reduction Act (IRA) requirements, which led the government to conclude it is not in the project’s best interest to proceed at this moment. The issuing agency, GSA/PBS/AMD/Region 7, expresses gratitude for the interest shown by potential contractors and acknowledges the effort taken in preparing proposals. It indicates plans to re-solicit the project with updated requirements in the future, inviting continued participation. Key aspects of the amendment process, including acknowledgment of receipt and modification procedures, are also specified. The document is structured to facilitate the necessary administrative changes while maintaining all prior terms and conditions unchanged.
Apr 7, 2025, 12:04 PM UTC
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
Land Port of Entry Facility Expansion and Modernization Trout River, New York
Buyer not available
The General Services Administration (GSA) is preparing to solicit a qualified General Contractor for the expansion and modernization of the Land Port of Entry facility in Trout River, New York. The project aims to enhance the existing infrastructure to meet updated federal requirements, including the construction of new vehicle inspection facilities and the modernization of the current 7,748 square foot Headhouse, alongside a new 7,600 square foot addition and a 2,300 square foot outbuilding. This procurement is significant for ensuring efficient border operations and will be conducted under the North American Industry Classification System Code 236220, with an estimated contract value between $25 million and $35 million. Interested contractors should note that a full solicitation is anticipated around July 3, 2025, with a Notice to Proceed expected by January 21, 2026, and must contact Lisa Zalar at lisa.zalar@gsa.gov for further information.
Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction
Buyer not available
The General Services Administration (GSA) is seeking qualified construction firms to provide Design-Build (D-B) services for the modernization of the Porthill Land Port of Entry (LPOE) in Bonners Ferry, Idaho. The project aims to expand and modernize the existing LPOE facility, which is over 55 years old, to enhance operational efficiency and accommodate modern inspection technologies, including the construction of a new main building, additional inspection lanes, and security enhancements. This project is significant as it will improve traffic flow and operational capabilities at a key border crossing between the United States and Canada, with an estimated construction value exceeding $50 million. Interested firms must submit their capabilities statements by April 25, 2025, to Christie VandenDries at christie.vandendries@gsa.gov, referencing “D-B – Porthill LPOE” in the subject line.
Coburn Gore LPOE CMc Solicitation
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine, utilizing a Construction Manager as Constructor (CMc) delivery method. The project aims to modernize and expand the existing facility, enhancing operational capabilities and infrastructure while adhering to historical preservation standards and sustainability guidelines. This initiative is critical for improving border security and processing efficiency at a site listed on the National Register of Historic Places, with an estimated total construction cost between $90 million and $100 million. Interested parties must submit proposals for Phase 1 by May 27, 2025, and can direct inquiries to James M. Adamo at james.adamo@gsa.gov or Caitlyn Egan at caitlyn.egan@gsa.gov.
Construction Manager as Constructor (CMc) Services for the Land Port Of Entry (LPOE), Fort Fairfield, ME
Buyer not available
The General Services Administration (GSA) is seeking a qualified contractor to provide Construction Manager as Constructor (CMc) services for the construction of a new Land Port of Entry (LPOE) in Fort Fairfield, Maine. The project aims to deliver a fully functional LPOE by January 2030, accommodating increased traffic volume while ensuring efficient operations for the U.S. Customs and Border Protection (CBP) and GSA. This procurement is significant as it involves adhering to GSA's Design Excellence and Operational Excellence guidelines, with an estimated construction cost between $35 million and $45 million. Interested parties should contact Sotheavy Khon at sotheavy.khon@gsa.gov or Emily Jackson at Emily.Jackson@gsa.gov for inquiries, and must register on SAM.gov to receive updates, with the Phase 1 solicitation expected to be available around May 7, 2025.
Install Pedestrian Gate, USBP Swanton Sector HQ
Buyer not available
The General Services Administration (GSA) is seeking a contractor to install a new pedestrian gate at the Swanton Sector Headquarters of the U.S. Border Patrol in Vermont. The project involves the installation of the gate within the existing chain link fence adjacent to an automated vehicle gate, facilitating egress from the fenced area behind the main building. This procurement is significant as it enhances security and access for personnel at the facility. The estimated cost for this project ranges from $25,000 to $100,000, and it is exclusively reserved for small businesses under the Total Small Business Set-Aside program. Interested parties should note that the solicitation package will be available on or about April 29, 2025, and can direct inquiries to Lyska Bishop Benitez at lyska.bishopbenitez@gsa.gov or by phone at 617-531-2635.
Z--BGNDRF - SIDEWALK AND DRIVEWAY CONCRETE REPAIR
Buyer not available
The Bureau of Reclamation, under the Department of the Interior, is soliciting proposals for the demolition and reconstruction of sidewalks and driveways at the Brackish Groundwater National Desalination Research Facility in Alamogordo, New Mexico. The project aims to replace deteriorated concrete structures with heavy-duty alternatives, adhering to industry standards and safety regulations, including guidelines from the American Concrete Institute (ACI) and the Occupational Safety and Health Administration (OSHA). This initiative is critical for maintaining the facility's infrastructure and ensuring effective stormwater management. Interested contractors must submit their proposals by April 25, 2025, and are encouraged to contact Valerie Jiron at vjiron@usbr.gov or 505-462-3658 for further details.
Multiple AwardGeneral Construction Services Indefinite Delivery Indefinite Quantity (IDIQ) Contract with Design Build Capabilities for PA/NJ/DE
Buyer not available
The General Services Administration (GSA) is seeking proposals for a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract for General Construction Services with design-build capabilities, covering Pennsylvania, New Jersey, and Delaware. The contract will encompass a wide range of construction activities, including commercial office renovations, mechanical, electrical, and plumbing repairs, and sitework, with task orders typically valued between $50,000 and $3,000,000, and a maximum ordering limit of $75 million over five years. This procurement is particularly significant as it is set aside for small businesses, including specific socioeconomic categories such as 8(a) Participants and Woman-Owned Small Businesses, emphasizing the GSA's commitment to fostering diversity in government contracting. Interested contractors must submit their proposals electronically by May 2, 2025, and can direct inquiries to Erin Watson or Jennifer Silkensen at the provided email addresses.
GAOA RINGING ROCKS ROAD RENOVATION
Buyer not available
The Department of the Interior, specifically the Bureau of Land Management (BLM) Montana State Office, is soliciting proposals for the renovation of the GAOA Ringing Rocks Road in Jefferson County, Montana. This firm-fixed-price construction contract, estimated to range between $500,000 and $1,000,000, aims to enhance road conditions through maintenance activities such as realignment, clearing, road reconstruction, and culvert installation. The project is significant for improving infrastructure access to the Ringing Rocks Recreation Site while promoting economic opportunities for small businesses, as it is categorized as a Total Small Business Set-Aside. Interested contractors must submit their proposals by the specified deadline, ensuring compliance with federal regulations, and can direct inquiries to Jorge Alvarez at jalvarez@blm.gov by May 1, 2025.
Design-Build Services for the Gate 6 Parking Garage, St Elizabeths West Campus, SE WASH DC
Buyer not available
The General Services Administration (GSA) is seeking qualified small businesses to provide Design-Build Services for the construction of the Gate 6 Parking Garage at the St. Elizabeths West Campus in Washington, DC. The project involves constructing a five-level parking garage with a capacity of 1,250 spaces, with an estimated budget ranging from $115 million to $150 million. This sources sought announcement is intended for planning purposes only, aiming to identify potential contractors under various small business programs as outlined in the Federal Acquisition Regulations (FAR). Interested firms must submit a Letter of Interest and a capability statement by April 23, 2025, with a maximum of 10 pages, to Bonnie E. Echoles at bonnie.echoles@gsa.gov or Terri Elliott at terri.elliott@gsa.gov. Please note that no contracts will be awarded at this stage, and the government will not reimburse any costs associated with the submission.
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.