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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    Provide Gravel Parking Area
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at 2611 Vo Tech Drive, Weslaco, Texas. This project, designated as "Operation River Wall," requires the contractor to prepare a 60,000 square-foot gravel pad, including site preparation, grading for drainage, and installation of geotextile fabric, with a focus on quality control and adherence to safety regulations. The estimated project value ranges from $25,000 to $100,000, and interested small businesses must submit their proposals by 3:00 PM local time on December 17, 2025, via email to Shawn Jenkins at shawn.t.jenkins@uscg.mil. For further inquiries, potential offerors can also contact Angela Barker at angela.m.barker@uscg.mil.
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Construction Manager as Constructor (CMc) services for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine, with an estimated project cost between $125 million and $135 million. The selected contractor will be responsible for providing advisory services during the design phase and acting as the general contractor during construction, ensuring compliance with federal standards and sustainability goals. This project is critical for enhancing operational capabilities and security at the border, accommodating increased traffic between the U.S. and Canada. Interested offerors must submit their proposals by January 28, 2026, and can obtain further details by contacting Molly Lewis at Molly.Lewis@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.
    Pago Pago TSA Space Renovation, American Samoa
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the renovation of the TSA space at Pago Pago International Airport in American Samoa. The project involves replacing carpet and cove base, installing a kitchen cabinet system, and painting the entire TSA office area located in Tafuna Village. This renovation is crucial for maintaining the functionality and aesthetics of the TSA facilities, ensuring a safe and efficient environment for travelers. Interested contractors must submit their proposals electronically to the GSA Contracting Officer, Kasey Wilkie, by 4:00 PM Pacific Time on January 16, 2026, following the guidelines outlined in the solicitation package. For further inquiries, Kasey Wilkie can be reached at kasey.wilkie@gsa.gov or by phone at 702-408-7063.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Homeland Security, Department Of
    The Department of Homeland Security, through U.S. Customs and Border Protection (CBP), is seeking qualified contractors for the Tactical Infrastructure (TI) Maintenance project in the Rio Grande Valley, specifically in the Laredo and Del Rio/Big Bend South Border Patrol Sectors. The procurement aims to acquire contractor services for maintenance, repair, and improvement of TI assets, including roads, bridges, fences, vegetation control, and drainage systems along the U.S./Mexico border. This initiative is crucial for ensuring the operational integrity and safety of border infrastructure. A formal Request for Proposal (RFP) is anticipated to be issued in early 2026, with a mandatory site visit scheduled for April 15-17, 2025, for interested 8(a) contractors. Interested parties must RSVP by April 7, 2025, and direct inquiries to Allison Baker at allison.e.baker@cbp.dhs.gov or Donna McMullen at donna.r.mcmullen@cbp.dhs.gov.
    Purchase and Installation of Heavy Duty Ramp
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide and install a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to facilitate safe access for trucks and boat trailers to an existing loading dock, requiring the ramp to support a minimum load capacity of 26,000 lbs and adhere to various safety and structural standards. This procurement is critical for enhancing operational efficiency and safety at the facility, with an estimated contract value between $25,000 and $100,000. Interested small businesses must submit their offers by December 17, 2025, at 1:00 PM EST, and can contact Shawn Jenkins or Angela Barker for further details and site visit arrangements.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    General Services Administration
    The U.S. General Services Administration (GSA) is seeking to lease office space in Corpus Christi, Texas, with specific requirements outlined in a presolicitation notice. The agency requires a minimum of 6,516 ABOA square feet and a maximum of 7,167 ABOA square feet of contiguous office space, which must accommodate 14 reserved structured parking spaces and meet various government standards for safety and accessibility. This space will be utilized by a customer-facing agency, necessitating a professional appearance and compliance with specific operational requirements, including daytime cleaning and 24/7 cooling for a LAN/server room. Interested parties should submit expressions of interest to Tyrel Likes at tyrel.likes@gsa.gov by December 19, 2025, with occupancy anticipated by July 1, 2027.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Renewal Option Lease in Brownsville, Texas - Redacted Justification
    General Services Administration
    The General Services Administration (GSA) is seeking to renew a lease for office space in Brownsville, Texas, as outlined in the justification document provided. This procurement aims to secure a suitable location for federal operations, ensuring continued access to necessary facilities for government functions. The leased office space is critical for maintaining effective service delivery and operational efficiency within the region. Interested parties can reach out to Michael Sianan at michael.sianan@gsa.gov or call 817-978-1504 for further details regarding the opportunity.
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    General Services Administration
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.