GSA Solicitation No. 47PH0825R0007, also identified as 47PH08240004, outlines a comprehensive Past Performance Questionnaire (PPQ) for design-build (D/B) construction firms. This questionnaire is a critical component for evaluating a contractor's past performance across various factors. The PPQ requires detailed reference information for prior contracts, including location, completion date, cost, type of space, and contract specifics. Key evaluation areas include adherence to schedule and budget, quality of work, effectiveness of teamwork, customer satisfaction, and safety records. The document features specific questions with multiple-choice responses to assess performance in areas such as project completion, milestone adherence, responsiveness to unforeseen conditions, budget management, change proposal fairness, claims resolution, compliance with requirements, workmanship, adaptability, quality control, cooperation with stakeholders, on-site management, subcontractor selection and management, coordination, submittal quality, RFI process utilization, punchlist completion, and accident prevention. The questionnaire concludes by asking for an overall performance rating for key staff and the contractor, and whether the evaluator would re-contract with the firm, along with space for additional comments and clarification.
The GSA Solicitation No. 47PH0825R0007 outlines a design-build contract for the Santa Teresa Land Port of Entry Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The General Services Administration (GSA) seeks services for roadway repair and replacement of approximately 190,000 square feet of concrete pavement, including reconstruction, asphalt overlay, joint sealing, and patching. The contract details project information, pricing, terms and conditions, and specific clauses. Key aspects include a performance period of 335 calendar days from the design Notice to Proceed (NTP), with potential extensions for optional construction phases, and a liquidated damages rate of $1,005.78 per day for delays. Contractor responsibilities encompass securing permits, adhering to "Buy American" requirements, and implementing stringent safeguarding and dissemination procedures for Controlled Unclassified Information (CUI) building information. Comprehensive insurance coverage is mandatory, along with compliance with various FAR and GSAR clauses related to labor standards, small business subcontracting, and environmental reporting.
The document outlines requirements for a federal government Request for Proposal (RFP) or grant, focusing on infrastructure upgrades, facility maintenance, and hazardous material management. Key areas include ensuring compliance with federal and local regulations, implementing safety measures like infection control, and managing hazardous materials such as asbestos and lead-based paint. The document emphasizes the need for comprehensive planning, accurate assessments, and adherence to established guidelines for all projects, including the modernization of systems and environmental protection. It highlights the importance of detailed documentation and coordination across various project phases to ensure successful execution and compliance.
The document outlines requirements for a comprehensive system, likely a government-contracted service or product. Key components include a robust search and retrieval mechanism, efficient content management, and dynamic data processing capabilities. The system must support various data types, ensuring high availability and secure access. Functionality for user authentication, role-based access control, and audit trails is explicitly mentioned, indicating a focus on security and accountability. Performance metrics, system architecture, and integration with existing infrastructure are also critical aspects. The document stresses the need for a scalable, reliable, and user-friendly solution, with specific attention to data integrity and compliance with relevant standards. Overall, the file details the technical and operational specifications for a complex system designed to manage and process information securely and efficiently within a governmental context.
The GSA Form 527, "CONTRACTOR'S QUALIFICATIONS AND FINANCIAL INFORMATION," is a comprehensive document for federal contractors to provide detailed financial and organizational data. It aims to assess a contractor's financial stability, operational history, and capacity to perform government contracts, including RFPs and grants. The form collects general information such as organizational type, taxpayer ID, and business nature, alongside ownership details. It requires disclosure of any bankruptcies, judgments, liens, contingent liabilities, or discontinued operations with outstanding debts. Additionally, the form delves into government financial aid received, indebtedness, and delinquency on federal debts. Contractors must submit balance sheets and income statements, banking and finance company information, principal merchandise or raw material supplier details, and information on current and past construction/service contracts. The document also covers bonding coverage and any past denials for surety bonds. This form ensures that the General Services Administration (GSA) can thoroughly evaluate a contractor's financial responsibility and suitability for federal engagements.
The GSA CBS Submittal Matrix (2025) outlines baseline submittal requirements for federal construction projects, covering four delivery methods: Design Bid Build, Design/Build, Design/Build/Bridging, and Construction Manager as Constructor. This document details requirements across various project phases (Preliminary Concept, Concept Development, Final Concept) and disciplines, including general information, community and landscape, building enclosure, architecture/interiors, structural/civil, mechanical, plumbing, electrical, fire protection, cost estimating, specialty spaces, historic preservation, and art in architecture. Key areas addressed are accessibility (ABAAS), disaster resiliency, BIM, energy efficiency, fossil fuel reduction, public use design, stormwater management, and life cycle costing. The matrix ensures projects meet GSA's Core Building Standards and regulatory compliance, providing a structured framework for design and construction documentation.
Standard Form 24 (SF 24) is a bid bond form used in federal government contracting to guarantee that a bidder, if awarded a contract, will execute the necessary contractual documents and provide required bonds. The form outlines the obligations of the principal (bidder) and surety(ies) to the United States of America for a specified penal sum. It details the conditions under which the obligation becomes void, primarily if the principal fulfills their contractual obligations within specified timeframes (60 days for acceptance, 10 days for document execution). The bond also addresses scenarios where the principal fails to execute the documents, in which case they must compensate the government for any excess procurement costs. The form includes provisions for corporate and individual sureties, specifying requirements for their inclusion, liability limits, and the waiver of notice for bid acceptance extensions up to 60 days. Instructions for completing the form emphasize legal names, proper authorization, and adherence to Treasury Department lists for corporate sureties.
This document outlines the General Services Administration (GSA) Communications Plan template for Fiscal Year 2025, serving as a guide for project teams involved in federal government RFPs, grants, and state/local RFPs. The plan emphasizes effective communication among internal and external stakeholders throughout a project's lifecycle, from design to closeout. Key aspects include defined roles and responsibilities for GSA project participants, design-build teams, construction managers, and external stakeholders. It details communication management procedures, document control systems, and various meeting protocols, including GSA coordination, stakeholder meetings, and design reviews. The plan also covers communication strategies for diverse audiences, issue resolution processes, and continuous evaluation of communication effectiveness, ensuring timely information dissemination, informed decision-making, and comprehensive documentation.
This document is a Standard Form 1442,
The document outlines cost summaries and pricing proposals for Low Embodied Carbon Materials for the Santa Teresa LPOE and Pharr LPOE, both related to GSA RFP Number #TBD. The project involves a base scope for design and numerous construction options, each detailing costs for concrete, asphalt, and steel. The options cover various road and infrastructure components, such as POVPRD1, POVPRD2, CIDOCKPK1, DOCK DRAIN, CIDOCKRD1, COMMRD1, COMMRD2, COMMSRD1, COMMPRD3, GANTRYRD1, and JOINT SEAL. Additionally, the proposal includes line items for construction divisions (Division 1, Division 31 Earthwork, and Division 32 Exterior Improvements), as well as overhead, profit, bond, and insurance, culminating in a total evaluated price.
The Santa Teresa Land Port of Entry in New Mexico is undergoing a Border Roadway Improvement and Construction (BRIC) project. This project, delivered via the Design Build method, involves replacing select sections of pavements at the port of entry. The Design Build Contractor is responsible for the entire project, from design accuracy to construction quality and functional performance. Ashley Morgan is the Contracting Officer. The work will be conducted in multiple phases, requiring coordination between the Contractor, GSA, and Port operations, as CBP operations cannot be shut down. The project specifies that existing structures and utility services are to remain in place, and any alterations to existing conditions must match original materials and finishes. Removed government property must be stored on-site as directed by the Contracting Officer.
This document outlines work restrictions for contractors at the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. Key provisions include documenting existing conditions, limiting site use to designated areas, maintaining clear driveways and entrances, and scheduling deliveries to minimize disruption. Contractors must ensure port operations remain safe and functional, repair any damage caused by construction, and protect the facility and its occupants. Specific restrictions address waste removal, material storage, pollution-producing equipment, and a required silica work exposure plan. The document also details prohibitions on smoking, open flames without permits, and off-site parking requirements for contractor employees. Working hours are primarily during government occupied hours (6 AM to 10 PM, Monday-Friday), with noisy or odor-producing work restricted to unoccupied hours at no additional cost to the government. Coordination with GSA and CBP is mandated for site access, alarm responses, camera use, and minimizing disruption to port operations, visitors, and maintenance activities, with GSA reserving the right to occupy completed areas prior to substantial completion.
The Santa Teresa Land Port of Entry BRIC document, Section 012400 – OPTIONS, outlines the General Services Administration’s (GSA) unilateral right to purchase additional scope of work, products, or services within a contract for the Santa Teresa, New Mexico project. An “Option” represents the total adjustment from the Base Bid to incorporate additional work, including all incidental items for a complete installation. The Base Award is for Design, with 14 listed Construction Options. Eight specific construction options are detailed, including various primary and secondary roads such as POVRD1, POVRD2, CIDOCKPK1, CIDOCKRD1, COMMRD1, COMMRD2, COMMSRD1, COMMPRD3, and GANTRYRD1. Other options involve specific infrastructure improvements like Dock Drain Reconstruction, Joint Seal, and Shoulder Hardening. This section defines the scope and execution of potential additional construction work for the Santa Teresa Land Port of Entry.
This document outlines the substitution procedures for the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. It details administrative and procedural requirements for proposed changes to products, materials, equipment, and construction methods by the Contractor. The document defines two types of substitutions: 'for cause,' necessitated by changed project conditions like product unavailability or regulatory changes, and 'for convenience,' offering advantages to the Contractor or GSA. It specifies comprehensive submittal requirements for both types, including documentation of coordination, comparisons of significant qualities, product data, cost information, and compliance with contract documents. The process involves review by the Contracting Officer or their representative, with clear conditions for approval, such as consistency with contract documents, proper documentation, and necessary approvals from authorities. Substitutions for cause must be submitted immediately upon discovery of need, while convenience substitutions are typically considered if received within 30 days of contract award and offer substantial advantages to the Government.
This document outlines the administrative and procedural requirements for processing payment requests for the Santa Teresa Land Port of Entry BRIC project. It defines key terms like "Schedule of Values" and "Request for Payment," detailing the contractor's responsibilities for submitting a comprehensive Schedule of Values within 14 calendar days of the initial payment request. The Schedule of Values must be detailed, follow GSA's format, and include project identification, breakdown of the contract sum by work activity and dollar value, and account for modifications. Payment requests must be submitted by the 5th of each month, covering the period ending on the 30th, with a draft copy provided seven days prior for review. Additional requirements apply to initial, substantial completion, and final payment requests, including certified payroll, documentation for stored materials, and various project closeout documents. The Construction Manager (CMa) has the authority to withhold or nullify payment certifications if work is defective, claims are filed, or other contractual obligations are not met, to protect the government's interests.
The Santa Teresa Land Port of Entry BRIC project mandates the use of GSA’s Project Management Information System (PMIS), referred to as Kahua, for all contractors. This web-based tool facilitates project management, collaboration, document management, and workflow automation for GSA design and construction projects. Contractors are required to manage PMIS effectively, upload all project documentation, and use its workflow processes for deliverables. All project-related correspondence, submittals, RFIs, invoices, designs, daily reports, and weekly meeting minutes must be processed through PMIS. Project schedules, created with Microsoft Project, need to be uploaded to Kahua. GSA provides no-cost PMIS training and support, but contractors are responsible for equipment. No HSPD-12 security clearance is required, and GSA retains ownership of all data. Contractors are responsible for ensuring appropriate security access levels for their personnel, subcontractors, and vendors.
This document outlines project management and coordination procedures for the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. It details requirements for general project coordination, including trade coordination, administrative procedures, and notification protocols. The file also specifies the need for coordination drawings, conservation efforts such as waste management and recycling, and the provision of administrative and supervisory personnel like a Project Coordinator, Safety and Health Officer, and Waste Management Coordinator. Various conferences and meetings are mandated, including Project Kickoff, Pre-construction, Pre-installation, Progress, and Project Closeout meetings, each with specific agendas and attendance requirements. Additionally, the document addresses utility service interruption planning and coordination, as well as various submittals such as a subcontract list, waste management plan, and staff names. Finally, it covers general coordination provisions during execution, including inspection of conditions, cleaning, protection, and limiting exposures to harmful conditions.
The Santa Teresa Land Port of Entry BRIC project requires a comprehensive Critical Path Method (CPM) scheduling system for its design and construction phases. This includes detailed activity planning, procurement, and field operations. The contractor must designate a qualified scheduling representative with at least 10 years of CPM experience and recent training. The project outlines specific definitions for scheduling terms like Activity, Critical Path, Float, and various schedule types (Preliminary, Baseline, Recovery, As-Built). The schedule must be created using industry-standard software, adhere to strict payment guidelines, and include detailed cost loading, activity coding, resource loading, and contractual milestones. Submissions require electronic versions, narrative reports detailing progress and variances, and various charts such as Gantt, Network Diagrams, Cost-Loaded Charts, and Manpower Charts. Time extension requests necessitate a Time Impact Analysis (TIA) with a detailed narrative and fragmentary network (fragnet) illustrating the delay's impact. Failure to meet progress may require a Recovery Schedule. Extensions for severe weather are only granted if the weather is unusually severe, impacts the critical path, and is documented in daily reports.
The document outlines construction progress documentation requirements for the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. It mandates electronic submission of all documentation into the PMIS system. Key requirements include submitting a schedule of inspections and tests within 10 days of the Notice to Proceed, and a schedule of submittals within 14 days. Contractors must also provide daily construction reports, weekly material location reports, and detailed field correction reports, and unusual event reports within 3 calendar days of occurrence to the Contracting Officer or their representative. These reports ensure comprehensive tracking of project activities, materials, and any deviations or significant events.
The Santa Teresa Land Port of Entry BRIC project requires comprehensive photographic and video documentation of construction progress. The contractor must submit monthly digital photographs with a minimum 16-megapixel resolution and 1080x720 pixels, identified with project details, photographer information, and weather conditions. Construction videos of concrete/asphalt placements are also required, with similar identification and a narrative transcript. Pre-construction photographs (minimum 10) and videos are mandatory, capturing existing site conditions. During construction, weekly photographs (minimum 5) and monthly videos are required to show progress, with special photographs (at least 6 times, 8 photos each) for acceptance and turnover. All media must be submitted to GSA via Kahua PMIS within three calendar days of capture, adhering to GSAM Clause 552.227-70 for government usage rights.
This document outlines submittal procedures for the Santa Teresa Land Port of Entry BRIC project, detailing administrative and procedural requirements for shop drawings, coordination drawings, schedules, samples, and other quality assurance submittals. It specifies electronic submission via PMIS in PDF format, emphasizing coordination with construction schedules to prevent delays. The document categorizes different submittal types—shop drawings, product data, and samples—and outlines their specific content and formatting. It also details general submittal requirements, including register maintenance, identification, and review processes by GSA, the Contracting Officer, and the Contractor's Designer of Record. The contractor is responsible for ensuring compliance with contract documents, and timely, complete submissions are critical to avoid project delays and withheld payments.
The Santa Teresa Land Port of Entry BRIC project outlines comprehensive quality assurance and control requirements. The Contractor is solely responsible for developing and implementing a Quality Control Plan, which includes detailed procedures for managing submittals, testing, tracking deficiencies, and procuring materials. The GSA may monitor the Contractor's quality control processes and can charge for additional quality assurance if the Contractor fails to comply. Independent Testing Agencies, approved by the GSA, will perform specified tests and inspections, with their costs included in the Contract Sum. The plan mandates a full-time, on-site Quality Control Manager and an alternate. The project follows a three-phase quality control approach: Preparatory, Initial, and Follow-up, ensuring compliance at each stage of work, including for subcontractors and suppliers.
This government file outlines the requirements for temporary facilities and controls for the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. It details the provision of temporary utilities (water, electricity, sanitary, storm, and sanitary sewer), support facilities (offices, storage, paving, dewatering, signs, waste disposal), and protection measures (fire, barricades, fencing, environmental). The document specifies that the contractor can use existing government utilities without charges and outlines submittal requirements for site plans, reports, and schedules. It emphasizes compliance with industry standards, regulations (including building codes, accessibility codes, health and safety, and environmental protection), and inspections. The file also covers the installation, operation, maintenance, and eventual removal of these temporary facilities, along with material and equipment specifications, and measures for moisture control and environmental protection.
The Santa Teresa Land Port of Entry BRIC project outlines stringent security procedures for contractors and their staff. All personnel requiring access to classified areas must undergo HSPD-12 suitability investigations and comply with agency security regulations. Contractors must submit lists of all employees and subcontractors within 30 days of contract award and provide 48-hour notice for work in classified areas. Credentials issued by the Government must be worn visibly and returned when access is no longer needed. The document prohibits cameras without written permission and advises that personnel may be subject to inspections. The Government reserves the right to remove personnel deemed objectionable or to close the site during emergencies. Detailed weekly schedules, including specific work locations, trades, personnel numbers, impacts, and hours, are required for work within classified areas. Five days' notice is also required for any overtime work in classified areas to arrange for security escorts.
The Santa Teresa Land Port of Entry BRIC project requires a comprehensive Site-specific Construction Safety and Health Plan (CSHP) to address unique risks such as silica dust, excavation, powered equipment, electrical work, and high noise levels. The contractor must submit this plan to GSA seven days prior to the pre-construction meeting and it must be accepted before the Notice to Proceed is issued. The CSHP, which is a site-specific document, outlines hazard identification, risk mitigation procedures, accident prevention, and emergency protocols. It mandates the designation of a full-time Site Safety and Health Officer (SSHO) with an OSHA 30-hour Construction Safety card and competent persons for specialized tasks like silica work and excavation. The plan also details requirements for personal protective equipment, hazardous material communication and disposal, spill response, and accident reporting, including reporting to GSA within 48 hours for OSHA-reportable incidents. Regular safety meetings are required, and the contractor assumes full responsibility for safety compliance and any resulting liabilities, including those related to water intrusion and mold remediation.
The document outlines product requirements for the Santa Teresa Land Port of Entry BRIC project in New Mexico, focusing on federal acquisition regulations, product selection, warranties, quality control, and handling. It details
This document outlines the execution requirements for the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. It details general procedural requirements for the contractor, including laying out the work, product installation, correction of defective work, and cleaning. Key aspects include strict submittal requirements for surveyor qualifications, as-built record drawings, field correction requests, and manufacturer's field services. Quality control emphasizes engaging qualified surveyors, maintaining high workmanship standards, adhering to manufacturer instructions, and ensuring minimum quality and quantity levels. The document also provides detailed instructions for laying out the work, examining existing conditions, site preparation, and proper installation techniques. It mandates protection of installed construction, correction of defective work, and maintaining clean work areas with proper waste disposal, including hazardous materials. The overall purpose is to ensure the project's execution adheres to specified standards, regulations, and quality controls, prioritizing safety and compliance.
The document outlines the procedural requirements for cutting and patching existing construction at the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. It defines cutting and patching as altering existing structures for new installations and restoring surfaces to their original condition, excluding minor operations like drilling. The contractor must submit a detailed plan to the GSA for approval, describing the scope, methods, anticipated results, products, schedule, utility disruptions, material compatibility, structural reinforcement, and temporary protection. The plan must address structural elements, operational systems, and visual elements, ensuring no reduction in load-carrying capacity, operational performance, or aesthetic quality. Materials used for patching must match existing ones in appearance and performance. Execution requires skilled workers, minimal damage during cutting, and durable, invisible patching. All work must comply with safety standards, including OSHA regulations for respirable crystalline silica.
The Santa Teresa Land Port of Entry BRIC project outlines comprehensive requirements for managing non-hazardous construction and demolition (C&D) waste. The project aims to achieve a minimum 50% salvage/recycling rate, with a goal of 100%, aligning with Executive Order 14057 for federal agencies. Contractors must submit a Waste Management Plan detailing waste identification, reduction strategies, and disposal methods, including facility permits and cost/revenue analysis. The plan emphasizes diverting waste from landfills and incinerators through salvaging, recycling, and reuse. Regular Waste Reduction Progress Reports and a final Waste Diversion Report are required, along with documentation from recycling and disposal facilities. The document details procedures for handling various materials like asphalt, concrete, masonry, metals, and packaging, ensuring proper separation, processing, and transportation. Training for workers and adherence to regulatory requirements are mandatory to ensure effective waste management throughout the project.
The Santa Teresa Land Port of Entry BRIC project outlines comprehensive closeout procedures, focusing on substantial completion, final acceptance, record document submittals, and warranty management. Key steps for substantial completion include submitting incomplete item lists, obtaining releases for government use, and providing closeout submittals, with a 30-day window for punch list completion. Final acceptance requires an updated financial statement, certified completion of prior inspection items, and submission of warranties. The document details requirements for electronic record documents, including as-built drawings and specifications, to be uploaded to the GSA Project Management System (PMIS). A crucial aspect is the Warranty Management Plan, which mandates a detailed narrative plan outlining roles, responsibilities, and specific warranty information for all equipment, with joint 4- and 9-month inspections. The contractor is liable for additional government costs if completion or commissioning is delayed. Final cleaning and repair procedures are also specified, emphasizing compliance with environmental and safety standards.
This document outlines the requirements for Project Record Documents for the Santa Teresa Land Port of Entry BRIC project in Santa Teresa, New Mexico. The Contractor is responsible for maintaining and submitting electronic and hard copy records of all project changes, including marked-up contract drawings, shop drawings, specifications, addenda, and change orders. Special emphasis is placed on Building Information Models (BIM), CDX, and COBie data, which must be accessible to the GSA and comply with their standards. The contractor must also provide newly prepared drawings when existing ones are unsuitable, maintain product data submittals, and submit various miscellaneous records related to construction activities. All electronic records must be uploaded to PMIS, and final submissions, both hard copy and electronic, are the property of the GSA.
The General Services Administration (GSA) order PBS 1000.6B introduces the revised P-120, Public Buildings Service Cost and Schedule Management Policy Requirements. This policy establishes quality and service levels for cost and schedule management across project planning, design, and construction, ensuring effective budget development and project delivery within scope and schedule. It applies to all federally-owned and leased properties under GSA's jurisdiction, aiming for cohesive policies throughout the lifecycle of PBS design, construction, and maintenance projects. The P-120 outlines policies for cost, schedule, and value management, including quality assurance and control, and specifies project requirements and deliverables. Key changes include reducing redundancy, providing guidance to minimize project execution variability, incorporating best practices, and introducing a master deliverable table for requirements.
The General Services Administration (GSA) Public Buildings Service (PBS) has rescinded the PBS P100 Facilities Standards and issued the PBS Interim Core Building Standards, effective immediately. This change, driven by recent Executive Orders, provides project managers and contracting officers with an updated list of laws, regulations, and codes for federal design and construction projects. The new standards apply to GSA-owned or lease-construction facilities and projects with less than 50% construction activity completed as of January 21, 2025. Projects exceeding this threshold may continue using P100 but should implement the interim standards where feasible without significant adverse impacts. The Appendix A outlines comprehensive standards across various disciplines, including general requirements, community planning, architecture, structure, and mechanical, electrical, fire protection, and civil engineering, emphasizing compliance with the latest published editions and relevant executive orders.
HVJ Associates, Inc. conducted a geotechnical investigation for the General Services Administration Land Port of Entries (GSA LPOE) PH5 Project at the Santa Teresa Land Port of Entry in Dona Ana County, New Mexico. The study, performed for Cushing Terrell, evaluated existing pavement thickness and subgrade properties. This involved coring at two locations to assess concrete and base thicknesses, performing Dynamic Cone Penetration tests on subgrade layers, and collecting soil samples for laboratory analysis. Lab tests determined moisture content, plasticity index, particle size, and soil classification (primarily sand with silt). The report details field investigation activities, core locations, pavement information, and laboratory results, all aimed at supporting the proposed GSA LPOE PH5 project improvements.
GSA Solicitation No. 47PH0825R0007 is a request for proposals for a Design Build Contract for the Santa Teresa Land Port of Entry Border Roadway Improvement and Construction (BRIC) in Santa Teresa, NM. The solicitation is set aside for Small Business Concerns and has an estimated price range of $5,000,000 to $10,000,000. Proposals are due by January 21, 2026, at 12:00 p.m. Central Time, and must be submitted electronically to ashley.morgan@gsa.gov. A virtual pre-proposal conference and site walk will be held on January 7, 2026. Evaluation will prioritize non-price factors (Past Performance, Experience, and Technical and Management Approach), which are significantly more important than cost or price.
The U.S. General Services Administration (GSA) is soliciting a Firm-Fixed-Price (FFP) Design-Build (DB) Contract for Border Roadway Improvement and Construction at the Santa Teresa Land Port of Entry (LPOE) in New Mexico. The project, identified as Kahua #353, aims to repair and replace deteriorating pavement, improve port efficiency, and enhance security while maintaining full LPOE operations. The scope includes localized pavement patching, full pavement section reconstruction, utility relocation, crack repair, and traffic control. The contract outlines various construction options for specific road sections and emphasizes a collaborative DB delivery method, requiring the contractor to provide comprehensive design, construction, and related services. Key personnel with specific expertise are required, and the project will utilize GSA's Kahua Project Management Information System (PMIS) for collaboration and documentation. The project adheres to stringent accessibility, performance, and risk management requirements, with detailed procedures for design reviews, submissions, and change management.