Design Build Contract for Eagle Pass I & II Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC), Eagle Pass, TX
ID: 47PH0825R0003Type: Solicitation
Overview

Buyer

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

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

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

Set Aside

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

    The General Services Administration (GSA) is soliciting bids for a Design Build Contract focused on roadway improvements and construction at the Eagle Pass I & II Land Ports of Entry in Eagle Pass, Texas. This project aims to enhance the functionality of the ports by utilizing Low Embodied Carbon (LEC) materials in the repair and replacement of approximately 559,000 square feet of concrete pavement, ensuring compliance with sustainability standards set forth by the Inflation Reduction Act (IRA) of 2022. The contract, which is a total small business set-aside with an estimated value between $10 million and $20 million, requires completion within 350 calendar days and emphasizes the importance of minimizing disruptions to ongoing operations at the ports. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to Carrie R. Haman at carrie.haman@gsa.gov or by phone at 682-209-1115.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. General Services Administration (GSA) is soliciting bids for a total small business set-aside contract related to the repair and replacement of concrete pavements at the Eagle Pass I & II Land Ports of Entry in Eagle Pass, Texas. This project, defined under Request for Proposal No. 47PH0825R0003, requires contractors to fulfill specific performance obligations concerning roadway improvements and construction. Bidders must provide sealed offers and any necessary performance and payment bonds, with submissions due by March 6, 2025. The proposal includes several line items for low embodied carbon materials as part of the construction scope, emphasizing sustainable practices. The solicitation outlines the conditions under which bids will be accepted, including time for government review and minimum bid requirements. The GSA's commitment to using low carbon materials reflects a broader initiative to promote environmentally sustainable construction practices. The document serves as an official invitation for contractors to participate in federal infrastructure improvements, aimed at enhancing operational efficiency at critical border facilities.
    The GSA Solicitation No. C201-SB GC, dated May 11, 2016, outlines the use of Google Drive and Google Sites for GSA employees, emphasizing secure collaboration with customers and partners. These platforms comply with the Federal Information Processing Standard (FIPS) 140-2, requiring secure access and transmission via TLS 1.2 encryption. The document details the creation of GSA-specific Gmail accounts for external users, mandating that these accounts begin with "GSA." It highlights the necessity of enabling two-factor authentication through user-friendly steps involving account settings. The process is aimed at customer agencies and civilian partners not currently using Google Apps for Government. Once a GSA Gmail account is established, affected users can easily set up two-factor authentication to enhance security. GSA IT Security Staff will oversee shared files for compliance, ensuring that any interactions with accounts connected to Google Apps for Government require no further intervention. This solicitation demonstrates GSA's initiative to facilitate secure collaboration while managing information access and compliance with federal standards, ultimately promoting efficiency in government operations.
    The U.S. General Services Administration (GSA) has established Low Embodied Carbon Concrete Requirements under the Inflation Reduction Act (IRA) to reduce greenhouse gas emissions in construction materials. Funded by $2.15 billion from the IRA, these requirements detail the allowable limits for concrete, cement, and concrete masonry units used in federally funded construction, with a goal of achieving net zero operational emissions by 2045 and net zero procurement emissions by 2050. The GSA specifies parameters such as Environmental Product Declarations (EPDs) based on specific Product Category Rules (PCRs), highlighting compliance standards for material selection. Concrete and cement must meet defined greenhouse gas emission limits, categorized by strength class and percentage reductions compared to industry averages. For example, the top 20% limit for 4000 PSI concrete is set at 284 kgCO2e/m³. Contractors are required to document compliance through verified EPDs, focusing on facility-specific data wherever possible. The requirements also align with existing laws like the Buy American Act, ensuring that all materials meet these stipulations before IRF-funded projects can proceed. The GSA emphasizes the importance of sustainability in construction, advocating for materials that minimize embodied carbon while adhering to energy efficiency standards.
    The U.S. General Services Administration (GSA) has established Low Embodied Carbon Steel Requirements as part of the Inflation Reduction Act (IRA) of 2022. This initiative aims to reduce greenhouse gas emissions in construction materials by setting strict performance limits for steel products sourced for federally funded projects. The IRA allocates $2.15 billion to procure construction materials with lower embodied carbon emissions, helping the U.S. meet its climate goals, which include achieving net zero operational emissions for federal buildings by 2045 and net zero emissions procurement by 2050. The requirements outline limits for various steel product categories, categorized based on their greenhouse gas emissions measured in kilograms of CO2 equivalent. Compliance necessitates documentation from manufacturers, including third-party verified Environmental Product Declarations (EPDs) and Energy Performance Scores for steel from integrated mills. With a focus on sustainability, the GSA emphasizes that these steel procurement standards complement existing regulations like the Buy American Act, ensuring adherence to both environmental and economic standards for governmental contracts. This framework encourages the use of steel with significant recycled content and promotes wider adoption of low-carbon construction practices across federal projects.
    The U.S. General Services Administration (GSA) issued the Low Embodied Carbon Asphalt Requirements under the Inflation Reduction Act (IRA) to support the procurement of environmentally friendly asphalt in federal construction projects. Enacted in August 2022, the IRA allocated $2.15 billion to reduce greenhouse gas emissions from construction materials. The GSA established specific material attributes to ensure that asphalt used in projects financed by this funding meets lower embodied carbon levels. To qualify for IRA funding, at least 80% of a construction assembly's cost or weight must consist of compliant asphalt. The document outlines compliance criteria, including the necessity for product-specific third-party verified Environmental Product Declarations (EPDs) based on established industry standards. The limits for Low Embodied Carbon Asphalt are specified according to greenhouse gas emissions: better than average (72.6 kgCO2e/t), top 40% (64.8 kgCO2e/t), and top 20% (55.4 kgCO2e/t). These requirements are designed to align GSA contracting processes with federal regulations, such as the Buy American Act, ensuring environmentally sustainable construction practices while adhering to existing laws. The document ultimately underscores the federal government's commitment to combating climate change through responsible procurement processes.
    The document is a Bid Bond form, specifically Standard Form 24 (Rev. 10/2023), used in federal contracting to assure that a bidder will enter into a contract if awarded. It outlines the obligations of the Principal (the bidder) and the Surety (the guarantor) to the U.S. Government, establishing a financial guarantee (penal sum) tied to the bid amount. If the Principal fails to execute the contract or provide required bonds after bid acceptance, they must cover any excess costs incurred by the government. The form specifies the conditions under which the bond is void, such as timely contract execution and providing additional bonds. Instructions include the proper completion of fields concerning the Principal's legal name, address, legal status, Surety details, and required signatures. Individual and corporate entities must follow distinct signing requirements, and corporate seals are mandatory. This form is required for bids to ensure compliance with regulations pertaining to construction, supplies, or services under government contracting, and any modifications must receive approval from the General Services Administration. The Office of Management and Budget (OMB) also oversees the paperwork reduction associated with this form.
    The document is a questionnaire for assessing the past experience and performance of construction firms, as part of GSA Solicitation No. 47PH08240004. It aims to evaluate contractors through various factors such as schedule adherence, budget management, quality of work, teamwork, customer satisfaction, safety, and overall performance. The questionnaire contains sections requiring detailed responses from references, including project completion dates, adherence to budgets, quality control measures, responses to unforeseen conditions, and collaboration with project stakeholders. Key areas of evaluation include the contractor's ability to meet deadlines and budgets, the quality and responsiveness of work, safety practices, and management of subcontractors. Specific questions inquire about the effectiveness of communication and coordination throughout the project. Additional comments from evaluators are encouraged to provide insights into the contractor's overall performance and suitability for future projects. The document serves as a critical tool in government procurement processes, ensuring that only qualified and reliable contractors are considered for federal and state contracts, ultimately promoting efficiency and quality in government-funded construction projects.
    The report details the pavement design services provided by HVJ Associates for the reconstruction of segments at the Eagle Pass II Land Port of Entry in Texas. It includes geotechnical and traffic data analysis, and outlines recommended designs for various pavement types, notably Portland Cement Concrete (CPCD) and Asphalt Concrete. The predominant soil type is Lagloria Very Fine Sandy Loam with low plasticity, indicating suitability for Portland cement stabilization. Traffic projections estimate a daily flow of 450 vehicles, with calculations for Equivalent Single Axle Loads (ESALs) over a 20-year lifespan. Pavement design parameters are guided by TxDOT standards, emphasizing a a 20-year performance period incorporating effective drainage and structural stability. Final recommendations suggest a minimum pavement thickness of 6 inches for CPCD and 7 inches for continuously reinforced concrete pavements (CRCP). The study concludes that while both pavement types are viable, CRCP offers longer life before requiring major maintenance. This comprehensive report serves the U.S. General Services Administration as a technical foundation for upgrading infrastructure at this critical border crossing, ensuring adherence to engineering practices and addressing traffic demands.
    The document is a questionnaire aimed at assessing the past performance, experience, and qualifications of key personnel involved in federal contracts, specifically GSA Solicitation No. 47PH08240004. It includes spaces for contractor and personnel details, reference information, and multiple questions to evaluate an individual's role in a project, including coordination of subcontractors, commitment to the project, responsiveness, adherence to schedule and budget, quality of work, problem-solving capabilities, and overall performance ratings. Respondents rate the individual on a scale from "Unacceptable" to "Excellent" and provide comments for further clarification. The questionnaire serves to gauge competency and reliability of key personnel for future governmental contracts, highlighting the importance of documented experience and qualifications in the procurement process. This assessment aligns with the broader context of government RFPs and grants, emphasizing accountability and performance evaluation in federal contracting processes.
    The document presents General Decision Number TX20250030, which outlines wage determinations for highway construction projects in various counties of Texas. It specifies wage rates and fringe benefits for diverse job classifications under the Davis-Bacon Act, including concrete finishers, laborers, power equipment operators, and truck drivers. The minimum wage rates are determined by Executive Orders 14026 and 13658, stipulating a minimum of $17.75 per hour or $13.30 per hour for specific contracts based on their award date. It includes an outline of the appeals process related to wage determinations and classifications not listed. Additionally, the document emphasizes contractor obligations to provide paid sick leave under Executive Order 13706, reinforcing worker protections. The structure is organized into wage rates and job classifications, with clarifications on union rates and appeals. This decision supports federal grants and RFP processes by ensuring compliance with wage laws and protecting workers in federally funded projects.
    The government document presents General Decision Number TX20250202, dated January 3, 2025, applicable to building construction projects in Frio and Maverick Counties, Texas. It specifies wage determinations under the Davis-Bacon Act, mandating minimum wage rates for contractors. Contracts initiated on or after January 30, 2022, require a minimum wage of $17.75 per hour, while those awarded between January 1, 2015, and January 29, 2022, necessitate at least $13.30 per hour unless other rates apply. Various worker classifications, including trade-specific rates for Asbestos Workers, Boilermakers, Ironworkers, and Laborers, are detailed along with their fringe benefits. The document emphasizes compliance with Executive Orders 14026 and 13658, further mandating paid sick leave for federal contractors. It outlines the appeals process for wage determinations, indicating how parties can contest decisions. This information aims to ensure fair compensation and adherence to labor standards in federally funded construction contracts, reflecting a commitment to workers' rights and protections within the community context.
    The document outlines the qualifications and financial information required from contractors seeking engagement with the U.S. General Services Administration (GSA). It includes essential data such as the contractor's organizational structure, taxpayer ID, business history, and details about ownership. Additionally, it requires disclosures regarding financial stability, including bankruptcies, liens, and other liabilities. Sections cover government financial aid queries, current financing details, and provide a platform for submitting financial statements, like balance sheets and income statements. Contractors must also provide information about their banking relationships, including outstanding loans and secured assets. Lastly, it encapsulates contractual details for public works, emphasizing the importance of financial transparency and responsibility. This form serves key purposes in federal RFPs and grants, ensuring that contractors demonstrate their capability and reliability to execute contracts efficiently and maintain sound financial operations, thereby supporting governmental initiatives and public resource management.
    The GSA Solicitation No. 47PH0825R0003 outlines the Offeror Representations and Certifications required by prospective bidders involved in Highway, Street, and Bridge Construction projects. With a small business size standard set at $45 million average annual receipts, the document details the various forms and representations by the offeror, such as certifications concerning independence in pricing, disclosures regarding lobbying activities, and prohibitions against certain telecommunications equipment. The solicitation requires compliance with federal regulations, including the Federal Acquisition Supply Chain Security Act and responsibilities concerning contractor integrity as outlined in the Federal Awardee Performance and Integrity Information System. Furthermore, it mandates the provision of a Commercial and Government Entity (CAGE) Code as part of the submission, ensuring transparency and security in the procurement process. This document serves as a foundational guideline for contractors to align their offerings with government standards and requirements, promoting accountability and compliance essential for federal awards.
    The government file outlines a design-build project aimed at implementing sustainable construction practices through high-performing green buildings. It includes key details such as the project name, building address, estimated start date, and performance period. The solicitation process is guided by specific divisional standards, identifying the scope of work, relevant materials, and services. The document emphasizes net zero contributions and includes allocation forms related to funding, suggesting a strong focus on financial accountability and sustainable outcomes. The project involves a variety of construction trades, including waste management and energy systems, reflecting a comprehensive approach to building design. Additionally, it details oversight of insurances, performance bonds, and liabilities, ensuring that contractors meet high operational standards. With an emphasis on low embodied carbon materials, the project is positioned to advance environmental goals while ensuring compliance with the latest construction requirements. Overall, this initiative represents a governmental commitment to sustainability in infrastructure development, setting a benchmark for future projects in both state and federal contexts.
    This document outlines the details of a Design Build Contract for the Eagle Pass I & II Land Ports of Entry (LPOE) and associated Border Roadway Improvements Project in Eagle Pass, Texas. Key elements include a project summary, contract specifics, period of performance, and site requirements, revealing a focus on improving traffic flow and infrastructure using Low Embodied Carbon (LEC) materials. The contractor is responsible for various aspects, such as labor, materials, and compliance with terms, including liquidated damages for any delays. The contract requires completion within a total of 350 calendar days and incorporates extensive reporting and insurance requirements. It also emphasizes environmental considerations, including Buy American standards and adherence to federal regulations like FAR and GSAR clauses. Emphasis on safeguarding Controlled Unclassified Information (CUI) is evident, along with instructions for materials procurement under the IRA Limit Commitments, ensuring sustainability and regulatory compliance throughout the project's lifecycle.
    The Eagle Pass I & II Land Port of Entry project focuses on the improvement and construction of border roadway infrastructure in Eagle Pass, Texas. The Design Build (DB) contractor is responsible for project execution, ensuring quality design and construction. This report outlines work phases and emphasizes coordination with ongoing Customs and Border Protection (CBP) operations at the site, which cannot be paused. The project will incorporate existing conditions and structural components, necessitating careful alteration and matching during construction. Work restrictions include maintaining accessibility for government personnel and the public, conserving existing utilities, minimizing disruptions, and adhering to safety guidelines. The use of a Project Management Information System (PMIS) is mandated for effective administration, documentation, and communication among contractors and government officials, while ensuring compliance with security and safety protocols. The document sets forth the project's structured approach, requiring detailed coordination, regular progress meetings, and collaboration among all parties involved. It reflects a commitment to enhancing operational efficiency and safety at the border entry points while fulfilling federal construction standards.
    The Eagle Pass I & II Land Port of Entry BRIC Project outlines a comprehensive plan for roadway improvements and construction under a Design-Build (DB) contract funded partly through the Inflation Reduction Act of 2022. The U.S. General Services Administration (GSA) is poised to enhance the functionality of these ports by focusing on high-performance green building standards and utilizing Low Embodied Carbon materials. The project aims to improve the flow of inspections for commercial and pedestrian traffic while ensuring site security and efficient construction processes. Key components include localized pavement repairs, utility relocations, traffic management during construction, and the incorporation of advanced environmental criteria. The project emphasizes collaboration among stakeholders, including the GSA, Customs and Border Protection (CBP), and various contractors, to ensure successful project delivery within the agreed timeline. Milestones outline a Notice to Proceed by May 2025, with construction completion expected shortly thereafter. The project also sets forth rigorous requirements for permits, performance benchmarks, record-keeping, and quality control, affirming the commitment to sustainability and operational efficiency. This initiative embodies the federal government's investment in enhancing border infrastructure while promoting environmental stewardship.
    The Concepts Report for the Eagle Pass I Land Port of Entry (LPOE) emphasizes pavement rehabilitation under the U.S. General Services Administration's mandate. This document outlines the collection and analysis of data, including traffic volumes and pavement conditions, to facilitate the design of effective pavement repairs for 250,000 square feet of existing concrete pavement. The study employed traffic video cameras, coring operations, and soil resource reports to assess current conditions. Recommendations include joint sealing, patching, and surface treatments for varying pavement sections based on factors like traffic volume and structural integrity. The analysis reveals an average daily traffic of 3,773 vehicles, generating significant Equivalent Single Axle Loads (ESALs), necessitating a design that accommodates these loads over a 20-year lifespan. The report also discusses traffic control measures that would minimize disruptions during the construction phase. This final report serves as a foundational document to guide the subsequent design development and construction processes, ensuring that future rehabilitation projects at the LPOE meet safety, compliance, and operational success criteria. It underscores the importance of data-driven decisions in the efficient management of infrastructure projects within federal parameters.
    The Facilities Standards for the Public Buildings Service (P100) is a comprehensive guide established by the U.S. General Services Administration for the design, construction, and operation of federal buildings. It outlines mandatory standards applicable to various types of federal facilities, such as courthouses and land ports of entry. The document emphasizes the importance of adhering to federal laws, regulations, and nationally recognized building codes, while also considering state and local codes when applicable. Key areas addressed in P100 include sustainability, resilience, safety and health risk reduction, and various engineering disciplines (mechanical, electrical, structural). P100 employs a performance-based approach, enabling project teams to implement the best strategies to meet the outlined goals. Additionally, it includes provisions for community planning, landscape design, and special requirements for historic preservation. The document is structured into chapters covering general requirements, specific engineering disciplines, safety protocols, and standards for specialty spaces. P100 is updated every three years and must be referenced in all applicable contracts. This standard is crucial for ensuring that federal facilities are designed and built to maximize efficiency, sustainability, and compliance with legal mandates, contributing to their long-term operational integrity and safety.
    This document outlines an amendment to the solicitation regarding the Design-Build for the Eagle Pass I & II Land Ports of Entry (LPOE) and associated roadway improvements in Eagle Pass, Texas. The key point addressed is the indefinite postponement of the pre-proposal conference, site visit, and proposal due date. Bidders are required to acknowledge receipt of the amendment using specified methods to avoid rejection of their offers. If changes to previously submitted proposals are necessary, they must be communicated prior to the specified deadline. The amendment serves to inform stakeholders about the current status of the solicitation process and the upcoming updates. The overall purpose of this document is to ensure transparency and continuity within federal contracting procedures, particularly in relation to project management and participant engagement amidst potential delays.
    The GSA Solicitation No. 47PH0825R0003 focuses on a Design Build Contract for the Eagle Pass I & II Land Ports of Entry improvements in Eagle Pass, Texas, with an estimated budget of $10 to $20 million. Intended for small businesses, this solicitation emphasizes proposals for construction that support the objectives of the Inflation Reduction Act (IRA) of 2022. It requires compliance with specific sustainability standards, including the use of low-embodied carbon materials. Key proposal components include a price proposal, technical proposal, representations and certifications, and project qualifications. The evaluation criteria prioritize past experience and performance, emphasizing similar project completion within the past eight years, and the qualifications of key personnel. Offerors must commit to providing materials that meet or exceed established environmental standards for carbon emissions. The timeline includes pre-proposal conferences and site visits, with proposals due by March 6, 2025. Offerors must submit clearly delineated technical approaches that minimize disruptions during ongoing operations at the Land Ports. The solicitation encourages transparency and communication, offering post-award feedback through its INFORM process, thus reflecting a commitment to fostering industry relationships and enhancing procurement integrity.
    Similar Opportunities
    Paving Replacement Project - World Trade Land Port of Entry
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for a paving replacement project at the World Trade Land Port of Entry in Laredo, Texas. The project involves replacing approximately 20,169 square feet of pavement, with two optional areas totaling an additional 12,673 square feet, and is set aside for small businesses under the Total Small Business Set-Aside program. This initiative is crucial for maintaining infrastructure that supports efficient traffic flow and border security operations, reflecting the government's commitment to enhancing public works at critical entry points. Interested contractors must submit their proposals electronically by February 28, 2025, and can direct inquiries to Rosalva Ramos at rosalva.ramos@gsa.gov or by phone at 956-454-5641.
    Design Build Contract for Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC), Santa Teresa, NM
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals for a Design Build Contract focused on the Border Roadway Improvement and Construction Project at the Santa Teresa Land Port of Entry in New Mexico. This project aims to enhance roadway infrastructure while adhering to sustainability mandates under the Inflation Reduction Act, specifically requiring the use of low-emission construction materials. The procurement is set aside for small businesses, and contractors must demonstrate past performance in similar projects, with evaluations emphasizing sustainability, management plans, and team experience. Interested parties should submit their proposals by the revised deadline of March 4, 2025, and can contact Jeffrey Kang at jeffrey.kang@gsa.gov or Jason Gerloff at jason.gerloff@gsa.gov for further information.
    Land Port of Entry Facility Expansion and Modernization Trout River, New York
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified General Contractor (GC) for the expansion and modernization of the U.S. Land Port of Entry (LPOE) located in Trout River, New York. The project aims to enhance the existing facility to meet updated Department of Homeland Security requirements, including the construction of new vehicle inspection facilities and the renovation of the historic Headhouse. This procurement is significant as it will support the GSA's sustainability objectives, including achieving LEED Gold certification and utilizing funding from the Inflation Reduction Act for high-performance green building measures. The anticipated contract, valued between $20 million and $30 million, is expected to be awarded in Spring 2025, with a performance period of approximately 27 months. Interested contractors must ensure active registration in the System for Award Management (www.sam.gov) at the time of offer submission.
    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.
    Galley Upgrade Gignoux Courthouse Portland Maine- AM0001
    Buyer not available
    The General Services Administration (GSA) is soliciting proposals from small businesses for a construction contract to upgrade the galley at the Gignoux Courthouse in Portland, Maine. The project, estimated to cost between $25,000 and $100,000, requires bidders to submit a price proposal, a technical proposal detailing relevant experience, and necessary compliance forms. This upgrade is crucial for enhancing the facility's operational capabilities and ensuring compliance with federal regulations, including the Buy American Act and Davis-Bacon wage determinations. Proposals are due by March 6, 2025, at 2:00 PM EST, and interested parties can contact Natasha Ramos Ayala at natasha.ramosayala@gsa.gov or Huy Le at huy.le@gsa.gov for further information.
    RLP Package No. 1TX2805
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for leasing office space under Request for Lease Proposal No. 1TX2805, located in Grand Prairie, Texas. The procurement aims to secure between 12,769 and 13,269 rentable square feet of office space for a lease term of 17 years, with a firm commitment of 15 years, while adhering to specific requirements related to security, accessibility, and environmental standards. This opportunity is crucial for fulfilling federal operational needs and ensuring compliance with safety and sustainability practices. Interested parties must submit their proposals by March 7, 2025, and can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or 202-652-4189 for further information.
    RLP Package No. 2TX1275
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for the lease of approximately 14,408 ABOA square feet of commercial office space in Corpus Christi, Texas, under Request for Lease Proposals (RLP) No. 2TX1275. The procurement aims to secure a facility that meets specific requirements, including a modern building façade, robust security measures, energy efficiency standards, and compliance with environmental regulations, with a lease term of 20 years and a firm period of 17 years. This opportunity is significant for providing essential office space for government operations while ensuring adherence to safety and accessibility standards. Proposals are due by March 7, 2025, and interested parties can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or by phone at 202-652-4189 for further information.
    Z--REPAIR WEST PARKING LOT - UMESC
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to repair the West Visitors Parking Lot at the Upper Midwest Environmental Sciences Center (UMESC) in La Crosse, Wisconsin. The project involves filling cracks, seal coating, and re-striping an area of approximately 37,000 square feet, addressing significant pavement deterioration while ensuring compliance with federal, state, and local regulations. This initiative is crucial for maintaining infrastructure that supports ongoing research activities at the facility. The contract is set aside for small businesses, with a budget between $25,000 and $100,000, and proposals are due by March 7, 2025, with work expected to commence within ten days of the notice to proceed and completed within 60 days thereafter. Interested parties can contact Travis Herberholz at therberholz@usgs.gov for further details.
    Grand Portage Land Port of Entry Art in Architecture
    Buyer not available
    The General Services Administration (GSA) is seeking American artists for a federal art commission associated with the redesign and modernization of the U.S. Land Port of Entry in Grand Portage, Minnesota. The project aims to transform an outdated border facility into a state-of-the-art commercial port that enhances safety, security, and efficiency while reflecting local culture and identity. The GSA allocates a budget of approximately $387,993 for this art commission, and interested artists must submit their application materials to the GSA’s National Artists Registry. For further inquiries, artists can contact Jennifer Styzek at jennifer.styzek@gsa.gov or by phone at 312-353-1214.
    General Services Administration (GSA) seeks to lease the following space: 2TX1267
    Buyer not available
    The General Services Administration (GSA) is seeking to lease approximately 28,417 square feet of warehouse and office space in Irving, Texas, for a full term of 17 years, with a firm term of 15 years. The space must meet specific requirements, including modern construction standards, compliance with fire safety and accessibility regulations, and must not be located in a floodplain. This procurement is crucial for the GSA as it aims to maintain high standards in the facilities it occupies while ensuring economic advantages in leasing decisions. Interested building owners or brokers must submit expressions of interest by February 24, 2025, with a proposed occupancy date of September 26, and can contact Edward "Teddy" H. Seifert at edward.seifert@gsa.gov or 202-652-4189 for further inquiries.