Paving Replacement Project - World Trade Land Port of Entry
ID: 47PH0425R0010Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R7 NON-PROSPECTUS - BORDERFORT 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 17, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 14, 2025, 12:00 AM UTC
  3. 3
    Due Feb 28, 2025, 10:00 PM UTC
Description

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.

Point(s) of Contact
Files
Title
Posted
Feb 14, 2025, 10:05 PM UTC
The document outlines Amendment No. 0001 for Solicitation 47PH0425R0010, concerning the Paving Replacement Project at the World Trade LPOE in Laredo, Texas. This amendment serves to acknowledge a Request for Information (RFI) Log dated February 14, 2025, and extends the proposal submission deadline to February 28, 2025. Key details include the conditions under which offers must acknowledge receipt of the amendment and the procedures for submitting acknowledgment or changes to existing offers. The RFI Log contains a series of questions from contractors regarding project specifications, requirements for past performance, security clearances, and concrete material specifications, along with the corresponding answers provided by the contracting officer. Notable topics involve acceptable past performance evidence, details on project staffing requirements, the necessity for specific materials like LEC concrete, and the implications of construction scheduling around LPOE operating hours. The document's intent is to clarify amendments and answered inquiries to facilitate prospective bidders in preparing competitive and compliant proposals. The amendment also reinforces that all other terms and conditions from the original solicitation remain unchanged.
Feb 14, 2025, 10:05 PM UTC
The solicitation issued by the General Services Administration (GSA) pertains to a paving replacement project at the World Trade Land Port of Entry in Laredo, Texas. The proposal requests contractors to replace approximately 20,169 square feet of pavement, with two optional replacement areas of 6,282 and 6,391 square feet respectively. Interested offerors must complete the attached Standard Form 1442, providing a total price proposal, a breakdown using Construction Specifications Institute (CSI) divisions, and a technical proposal by the deadline of February 18, 2025. The document outlines mandatory requirements such as performance and payment bonds, adherence to GSA facility standards, and reserve timeframes for government acceptance of offers. It emphasizes that proposals must be submitted via email to the designated contracting officer and includes various documents, including certifications and performance questionnaires. This solicitation reflects the government’s commitment to maintaining and improving infrastructure while ensuring compliance with federal acquisition regulations.
Feb 14, 2025, 10:05 PM UTC
The GSA Solicitation No. 47PH0425R0010 outlines essential Offeror Representations and Certifications necessary for bidders in federal contracts, particularly focusing on highway, street, and bridge construction. The solicitation details the applicable North American Industry Classification System (NAICS) code, and specific small business size standards based on average annual receipts and employee count, emphasizing inclusivity for small and disadvantaged businesses. The document specifies numerous representations and certifications needed within the System for Award Management (SAM), encompassing various FAR clauses that address factors like price determination, tax identification, and compliance with employment regulations, among others. Offerors must declare their compliance related to telecommunications security, supply chain integrity, and responsibility matters, ensuring they do not use prohibited equipment or services. Additionally, it addresses the implications of violating arms control treaties and the importance of maintaining responsible business practices. Overall, this solicitation framework not only adheres to legal procurement standards but also aims to foster transparency, accountability, and equitable opportunities in government contracting.
Feb 14, 2025, 10:05 PM UTC
The PBS Past Performance Questionnaire is designed for evaluating contractor performance in federal projects. It systematically collects information regarding the contractor's work, including basic details such as firm information, project complexity, contract specifics, and a description of the work performed. The document requests ratings on several criteria, including quality, schedule compliance, customer satisfaction, management effectiveness, financial management, safety/security, and sustainability. Each section includes rating definitions from Exceptional (E) to Unsatisfactory (U), facilitating structured feedback from clients. Completion instructions indicate that clients should directly submit their assessments to the contractor, who will include them in proposals for future work. The questionnaire aims to not only evaluate past performance but also inform future contracting decisions. A summary and comments section allows for additional insights that may highlight key strengths or weaknesses, indicating either the potential for future collaboration or concerns regarding contractor reliability. Overall, the document emphasizes the importance of past performance as a predictor of future success in government contracting.
Feb 14, 2025, 10:05 PM UTC
The document is a Contractor’s Qualifications and Financial Information form used by the U.S. General Services Administration (GSA) for assessing contractors seeking to obtain federal contracts or grants. It requires detailed information regarding the organization, including its name, type, tax identification, business history, and the nature of products or services offered. Additionally, it gathers financial data such as assets, liabilities, income statements, and any outstanding government debts or claims. The form is structured into sections addressing general information, financial obligations to the government, prepared financial statements, banking and finance company details, principal suppliers, construction/service contracts, and crucial remarks about the company's financial health and operations. The intent is to ascertain the financial responsibility and viability of contractors prior to awarding contracts. This rigorous documentation ensures compliance with federal guidelines and evaluates potential risks, thereby facilitating informed decision-making in federal procurement processes. Overall, the form serves as a critical tool in the federal grant and contracting landscape.
Feb 14, 2025, 10:05 PM UTC
The Vendor Fitness Determination Training Manual outlines the procedures and guidelines for conducting background investigations for GSA contractors as mandated by Homeland Security Presidential Directive 12 (HSPD-12). The manual provides a comprehensive framework, detailing the types of contractors requiring investigations, the process for fitness determinations, and the roles of officials and applicants. It distinguishes between long-term and short-term contractors, clarifies who does not require a background check, and explains the Special Agreement Check (SAC) procedures. Key sections include investigations types (Tier 1, 2, and 4), an overview of documentation needed for submissions, and specific instructions for completing the Contractor Information Worksheet (CIW) and other forms. It emphasizes the importance of accurate completion of forms to avoid delays in the investigation process and ensures applicants receive either a favorable Enter-on-Duty (EOD) determination or insights on any unfit determinations. This manual serves as a critical resource for maintaining security within federal facilities by ensuring thorough vetting of contractors who require physical and IT access, thereby safeguarding federal operations and information systems from potential threats or vulnerabilities.
Feb 14, 2025, 10:05 PM UTC
The proposal summary outlines the Paving Replacement Project at the World Trade Land Port of Entry in Laredo, referenced under RFP Number 47PH0425R0010. The document categorizes project costs across various construction divisions—such as existing conditions, concrete, masonry, metals, and more—although specific costs for materials, labor, and equipment are absent, likely indicating an incomplete or placeholder document ready for further detailing. Each division is essential for the comprehensive execution of the paving project, which includes tasks relevant to infrastructure improvements. General requirements and conditions also appear, yet they also lack specific information. This document serves as a foundational outline for contractors to prepare detailed bids for government-funded construction projects adhering to federal standards. Ultimately, it highlights the meticulous planning needed for public works, emphasizing transparency, accountability, and adherence to specified regulations in government RFPs.
Feb 14, 2025, 10:05 PM UTC
The Laredo WTB Limited Prospectus Paving project aims to replace damaged pavement at the Laredo Port of Entry, ensuring efficient traffic flow in high-traffic areas. Operating hours for the facility run from 7:00 AM to 12:00 AM, with significant work planned during these hours, requiring prior notification to the Project Manager. A pre-proposal meeting will address project scope and guidelines, adhering to COVID-19 protocols. The contractor will manage all materials, labor, and safety measures over a 365-day project duration, including time for security clearances and material orders. A notice to proceed must be issued by the Contracting Officer prior to work commencement. The contractor is expected to provide a detailed construction schedule, maintain a clean job site, and safeguard existing structures throughout the project’s progress. Additional requirements include waste management plans and sustainability measures, such as recycling and waste diversion. Liquidated damages apply for any delays in completion. The project emphasizes safety, compliance with regulations, and effective coordination among contractors and government representatives, showcasing the federal commitment to infrastructure improvement and traffic management at border entries.
Feb 14, 2025, 10:05 PM UTC
The Geotechnical Engineering Study conducted by Raba Kistner, Inc. for proposed roadway improvements at the World Trade Bridge Port of Entry in Laredo, Texas, outlines subsurface conditions and provides pavement design recommendations. The study was initiated following the client’s authorization in December 2022 and included four borings, which revealed layered sandy silt, clay soils, and a lack of observed groundwater. The roadway, measuring approximately 1,000 feet, is designed to accommodate significant vehicular traffic over a 20-year period, with specific vehicle classifications and expected Equivalent Single Axle Loads (ESALs) detailed. Recommendations address subgrade conditions, sulfate corrosion potential, and drainage considerations vital to long-term pavement performance. The study presents rigid pavement design options for differing traffic loads and emphasizes the importance of proper subgrade preparation, moisture control, and construction observation to mitigate variations in subsurface conditions. The document serves as a guide for future construction and adherence to Texas Department of Transportation standards, underlining critical environmental controls and budget planning for construction testing and materials observation. Overall, the study is essential in facilitating compliance and ensuring structural integrity for ongoing infrastructure development in the region.
Feb 14, 2025, 10:05 PM UTC
Feb 14, 2025, 10:05 PM UTC
Feb 14, 2025, 10:05 PM UTC
Feb 14, 2025, 10:05 PM UTC
The "World Trade Bridge Land Port of Entry Improvements" project, managed by the General Services Administration (GSA), encompasses significant upgrades at the U.S. Land Port of Entry in Laredo, Texas. Scheduled for completion in fiscal year 2021, this initiative involves removing and replacing existing concrete pavement, particularly around the primary inspection booths and alongside newly installed non-intrusive inspection equipment. The project includes specific traffic control measures and two additive alternates for additional paving areas totaling approximately 6,282 and 6,391 square feet. The construction drawings, prepared by Cushing Terrell, detail various phases of demolition and paving plans, traffic control measures, and necessary civil details compliant with Texas Department of Transportation specifications. A comprehensive traffic control plan is imperative to ensure safe operations during construction, with provisions for revising phase orders based on site conditions. This undertaking illustrates the federal government's commitment to enhancing border security infrastructure while facilitating efficient trade and travel across the southern border, aligning with broader objectives of modernization and operational effectiveness at critical entry points.
Feb 14, 2025, 10:05 PM UTC
The PBS P100 document outlines mandatory facilities standards for the Public Buildings Service (PBS) of the U.S. General Services Administration (GSA). It serves as a guideline for the design, construction, and maintenance of federal buildings, applicable across various project types funded by GSA. The standards emphasize performance-based requirements, integrating federal laws, environmental protection, and accessibility considerations. The document is structured into chapters addressing general requirements, urban development, architecture, engineering disciplines, and fire protection, among others. Key areas include compliance with national codes, energy efficiency, safety protocols, state and local regulations, and incorporation of sustainability measures. The P100 also mandates consultation with local governments to ensure design compatibility with community standards. The purpose of the P100 is to unify building practices and optimize facility operations, ensuring compliance with legal and environmental standards while enhancing safety and accessibility. This document plays a key role in shaping government contracts, grants, and requests for proposals (RFPs), signifying its importance in federal funding and real estate management.
Feb 14, 2025, 10:05 PM UTC
The PBS CAD Standards documentation outlines essential guidelines for architects and engineers (A/Es) preparing Computer-Aided Design (CAD) submissions for the General Services Administration (GSA). Key points include adherence to the United States National CAD Standard (NCS) Version 6, the "no error" requirement for DWG file submissions, and specific document components required for each submission. A/Es are mandated to submit an accompanying signed cover letter and a completed NCS Statement of Substantial Conformance. Compliance with GSA’s guidelines ensures that all drawings are accurate and functional, highlighting the significance of digital file management, including labeling and presentation. The document also includes naming conventions for files, drawing sheets, and model files, emphasizing GSA's ownership of all digital outputs. The standards are designed to facilitate efficient communication and ensure reliability in the design and construction process, underscoring the government's commitment to maintain high-quality standards in architectural projects. Non-compliance can result in contract repercussions, reinforcing the importance of thorough adherence to these guidelines in the context of federal contracts and grants.
Feb 14, 2025, 10:05 PM UTC
The document outlines General Decision Number TX20250003, effective January 3, 2025, regarding minimum wage rates for heavy and highway construction projects in Cameron, Hidalgo, and Webb Counties, Texas. It details wage requirements under the Davis-Bacon Act, particularly highlighting the applicability of Executive Orders 14026 and 13658. Contracts initiated after January 30, 2022, must pay workers a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, have a lower rate of $13.30 if not extended post-January 2022. The wage determination provides specific rates for various worker classifications, including cement masons, laborers, equipment operators, truck drivers, and welders, with notes on fringe benefits and potential higher wages under executive orders. Additionally, the document outlines the process for wage determination appeals, directing inquiries to the U.S. Department of Labor. This decision reflects government efforts to ensure fair compensation for laborers engaged in federally funded construction projects while promoting compliance with labor standards.
Feb 14, 2025, 10:05 PM UTC
The document outlines a federal construction contract for the Paving Replacement Project at the World Trade Land Port of Entry in Laredo, Texas. The primary focus is on the contractor's responsibilities, which include providing all required labor, materials, and equipment, with a performance period of 365 days post-Notice to Proceed. It specifies operating conditions, such as working primarily during business hours with project-hour notifications required. Key contractual elements include pricing structures, insurance requirements, liquidated damages for delays, and compliance with the Buy American Act. Additional provisions encompass procedures for submitting documents, handling changes or modifications, and maintaining contractor responsibilities, emphasizing adherence to safety and regulatory standards. The inclusion of various clauses ensures that both the U.S. General Services Administration and the contractor understand their obligations and rights under the contract. Overall, the document serves as a comprehensive guideline for managing construction operations at a federal facility, highlighting the government's focus on maintaining high standards in public works projects.
Feb 14, 2025, 10:05 PM UTC
The GSA Solicitation No. 47PH0425R0010 outlines the requirements for a construction contract to replace paving at the World Trade Land Port of Entry in Laredo, Texas. This project is set aside for small businesses, with an estimated cost between $1,000,000 and $5,000,000. The document includes critical sections on general information, proposal contents, provisions, and evaluation criteria. Offerors must submit both price and technical proposals, demonstrating past experience, performance, and a detailed project approach that meets sustainability goals, including diverting 50% of construction waste. Key dates include a pre-proposal conference on January 29, 2025, and a proposal submission deadline of February 18, 2025. Offers must be received electronically. Evaluation will consider both price and non-price factors, with past experience and technical approach being crucial. Contracting details also highlight bonding requirements and stipulations ensuring equal opportunity in hiring practices. Overall, the solicitation exemplifies the government's commitment to engaging small businesses while ensuring compliance with federal procurement regulations and environmental standards.
Lifecycle
Title
Type
Solicitation
Presolicitation
Similar Opportunities
General Services Administration (GSA) seeks to lease the following space: Laredo, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease office space in Laredo, Texas, through its Public Buildings Service. The procurement aims to secure a suitable location for federal operations, emphasizing the need for compliance with specific leasing requirements under the NAICS code 531190, which pertains to lessors of other real estate property. This opportunity is critical for ensuring that government agencies have access to functional and efficient office environments to support their missions. Interested parties can reach out to Michael Noye at michael.noye@gsa.gov or 817-201-9326, or Bryant Crot at bryant.crot@gsa.gov or 817-850-8234 for further details.
Raul Hector Castro Douglas AZ Land Port of Entry Design-Build
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors for the Design-Build (DB) construction of the Raul Hector Castro Land Port of Entry (LPOE) in Douglas, Arizona. The project aims to modernize and expand the existing facilities to address safety and operational concerns due to increased traffic and outdated infrastructure, while maintaining continuous operations during construction. This significant undertaking, with an estimated construction cost between $200 million and $300 million, is expected to take approximately 46 months, with a design-build phase award anticipated in January 2026. Interested parties must submit their capabilities packages by May 1, 2025, to Daniel Ramirez at daniel.ramirez@gsa.gov.
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.
General Services Administration (GSA) seeks to lease the following space: Brownsville / Harlingen, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease flexible space in Brownsville/Harlingen, Texas, specifically designed for a law enforcement agency's operations. The required space ranges from 13,112 to 13,500 square feet, divided into approximately 5,065 square feet of office space and 8,047 square feet of warehouse space, with stringent security and accessibility requirements, including 24/7 access and secure methods for detainee transport. This procurement is critical for fulfilling the operational needs of law enforcement while adhering to safety and security protocols, including compliance with fire safety, seismic, and sustainability standards, and ensuring the location is outside floodplain zones. Interested parties must submit expressions of interest by April 21, 2025, with occupancy anticipated by August 5, 2025; for further inquiries, contact Torrence Borden at torrence.borden@gsa.gov or (682) 816-1625.
General Services Administration (GSA) Seeks to lease the following space: Solicitation No. 3TX1212
Buyer not available
The General Services Administration (GSA) is seeking to lease 15,525 square feet of space in Harlingen, Texas, for office, lab, and warehouse purposes. The procurement requires that the space be located in a modern building that meets specific construction and layout requirements, including first-floor accessibility and secure parking for 38 government vehicles. This opportunity is crucial for supporting government operations, as it emphasizes compliance with safety and sustainability standards, as well as the provision of daytime cleaning services. Interested entities must submit detailed expressions of interest by May 2, 2025, with a market survey scheduled for June 2025 and estimated occupancy anticipated by December 1, 2026. For further inquiries, contact Ed Brennan at edward.brennan@gsa.gov or Sam Dyson at samuel.dyson@gsa.gov.
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 crucial for improving border security and operational efficiency for U.S. Customs and Border Protection (CBP), with an estimated construction cost between $90 million and $100 million. Interested parties must submit their Phase I Technical Proposals 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.
Z--UMESC WEST PARKING LOT REPAIR - MILLING
Buyer not available
The U.S. Geological Survey (USGS) is soliciting proposals from qualified small businesses for the milling, resurfacing, and re-striping of the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center in La Crosse, Wisconsin. The project involves approximately 37,000 square feet of work, including the removal and replacement of asphalt, surface milling, application of tack coats, and restriping, all to be completed within 60 days from the notice to proceed. This contract, with an estimated value between $100,000 and $250,000, emphasizes compliance with federal, state, and local codes, and requires work to be performed outside regular facility hours to minimize disruption. Interested contractors must submit their proposals via email and are encouraged to contact Karen La Bouff-Kind at klabouff-kind@usgs.gov or 303-236-9315 for further information, with a project completion deadline set for September 30, 2025.
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.
General Services Administration (GSA) seeks to lease the following space: Fort Worth, Texas
Buyer not available
The General Services Administration (GSA) is seeking to lease warehouse space in Fort Worth, Texas, with specific requirements for the facility. The procurement aims to secure a minimum of 2,000 square feet and a maximum of 2,300 square feet of space that includes a secured yard for two 20-foot trailers, parking for at least two employees, and a minimum turning radius of 23 feet for vehicle maneuverability. This opportunity is crucial for supporting government operations, ensuring compliance with fire safety, accessibility, and sustainability standards, while also avoiding floodplain areas. Interested parties must submit their expressions of interest by May 8, 2025, with occupancy anticipated by August 2, 2027. For further inquiries, contact Torrence Borden at torrence.borden@gsa.gov or call 682-816-1625.
Exterior Railing and Wall Painting, Robert F. Peckham Federal Building, 280 S. First St., San Jose, CA 95113
Buyer not available
The General Services Administration (GSA) is seeking bids for a firm fixed-price contract to repaint the exterior railings and wall sections of the Robert F. Peckham Federal Building located at 280 S. First St., San Jose, CA. The project aims to enhance the building's exterior aesthetics and maintain its structural integrity, with a total estimated cost ranging from $0 to $25,000. This opportunity is set aside for small businesses, reflecting the federal government's commitment to supporting such firms in construction contracts. Proposals are due by 4:00 PM PDT on May 8, 2025, following a mandatory site visit scheduled for April 25, 2025, at 10:00 AM PDT. Interested parties should direct inquiries to David White at david2.white@gsa.gov.