Design Build Contract for World Trade Bridge (WTB) Land Port of Entry (LPOE), Border Roadway Improvements & Construction (BRIC)/Paving Project, Laredo, TX
ID: 47PH0825R0002Type: Presolicitation
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 seeking a qualified design-build contractor for the World Trade Bridge (WTB) Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Laredo, Texas. The project involves extensive roadway repairs and paving replacement, utilizing Low Embodied Carbon (LEC) materials to enhance sustainability in compliance with the Inflation Reduction Act. This initiative is crucial for improving traffic efficiency and maintaining operational continuity at the border crossing, with an estimated construction cost between $10 million and $20 million. Interested small business contractors must submit their proposals by January 29, 2025, and can contact Temica Stewart at temica.stewart@gsa.gov or 817-201-7945 for further information.

    Files
    Title
    Posted
    The document outlines the Design Build Contract for the World Trade Bridge (WTB) Land Port of Entry (LPOE) Border Roadway Improvements and Construction Project in Laredo, Texas. The project aims to enhance the LPOE, which facilitates the entry and exit of persons and cargo across the U.S.-Mexico border. It includes significant pavement replacement and construction activities over approximately 916,997 square feet, with an emphasis on maintaining traffic flow during construction. The contract specifies the responsibilities of the contractor, including obtaining permits, managing liquidated damages of $1,042.77 per day for delays, and adhering to environmental standards with a focus on Low Embodied Carbon materials. The document is structured into sections covering project information, pricing, terms and conditions, and contract clauses. Key points include a detailed period of performance of 450 days, clear expectations for contractor responsibilities, insurance requirements, and compliance with the Buy American Act. It incorporates clauses addressing biobased products and telecommunications security while emphasizing safeguarding Controlled Unclassified Information (CUI). Overall, the document aims to ensure compliance with federal standards and support sustainable construction practices in government contracting.
    The document outlines an amendment to Solicitation No. 47PH0825R0002, related to the World Trade Bridge (WTB) Land Port of Entry project in Laredo, Texas. The primary purpose of this amendment is to extend the proposal submission deadline to January 29, 2025, at 12:00 PM CST. This extension is provided to give additional time for the government to address Requests for Information (RFIs) and questions from interested contractors. All other terms and conditions of the original solicitation remain unchanged and in full effect. The amendment emphasizes the importance of acknowledging receipt of this change, with specific procedures outlined for contractors to confirm their participation or make adjustments to their submissions. The issuance of this amendment is part of the federal government's procurement process, aimed at ensuring transparency and compliance in the award of contracts for significant infrastructure projects.
    The document outlines the Statement of Work (SOW) for the Border Roadway Improvement and Construction project at the World Trade Bridge Land Port of Entry in Laredo, Texas. This Design-Build (DB) project, managed by the General Services Administration (GSA), focuses on essential roadway improvements, including the repair and replacement of extensive pavement systems to enhance traffic efficiency for both commercial and pedestrian inspections. Key aspects include the goals of ensuring operational continuity during construction, maintaining site security, and implementing high-performance green building standards with a focus on low embodied carbon materials in compliance with the Inflation Reduction Act. The document delineates the project phases, from initial design to construction, specifying roles and responsibilities for the DB Contractor and GSA personnel. It emphasizes collaboration among stakeholders to achieve optimal project outcomes, ensuring adherence to regulatory standards and environmental requirements. The project delivery approach is firm fixed-price, with specific milestones scheduled from award to completion projected for early 2025. The emphasis on eco-friendly practices and robust project management reflects the government's commitment to sustainable infrastructure while addressing critical logistics and safety measures throughout the project lifecycle.
    The document outlines a cost proposal for the acquisition and installation of low embodied carbon (LEC) materials for the World Trade Bridge (WTB) project under the General Services Administration (GSA) RFP #47PH0825R0002. It details multiple Contract Line Item Numbers (CLINs), categorized into design and construction phases for various LEC options such as concrete, asphalt, and steel. Each option is subdivided into specific unit costs and quantities, though exact pricing is not provided. The proposal includes a total evaluated price, which aggregates construction and associated costs, as well as provisions for overhead, profit, bonding, and insurance. The structure emphasizes a methodical approach to sustainable construction practices, reflecting federal priorities for low-carbon initiatives. This document serves to communicate the financial aspects of project execution while adhering to federal standards for environmental sustainability.
    The provided document appears to be associated with a federal government's digital transaction, indicated by a Docusign envelope ID dated May 13, 2025. The specific subject matter or content details are not included in the snippet, leaving its main topic and purpose unclear. Given that it pertains to federal RFPs (Requests for Proposals), federal grants, and state and local RFPs, it likely addresses procurement processes, fiscal allocations, or grant opportunities within government operations. The document would typically structure information around project descriptions, eligibility criteria, funding amounts, deadlines, and submission guidelines relevant to stakeholders, including contractors and service providers. However, without additional context or content from the file, a thorough analysis or summary identifying key points and implications remains speculative, focused solely on its status within government documentation.
    The file outlines the World Trade Bridge Land Port of Entry (LPOE) project in Laredo, Texas, focused on replacing select pavement sections as part of a Design-Build initiative. The prime contractor, referred to as the Design Build (DB) Contractor, is responsible for all project aspects, including design accuracy and construction quality. The project will advance in multiple phases, requiring coordination with the General Services Administration (GSA) and Customs and Border Protection (CBP) to ensure that ongoing operations at the LPOE remain uninterrupted. Various sections detail project workflow, scheduling, and the constraints under which work must occur to accommodate government operations. Rules surrounding contractor premises use, timelines for submittals for payment, and documentation requirements emphasize compliance with federal regulations and high safety standards. Key components are formalized within defined procedures, such as payment processes and requirements for photographic documentation of construction progress. The project illustrates a commitment to efficient management practices and collaboration between federal agencies to uphold operational integrity during significant construction efforts.
    The document serves as a solicitation for construction, alteration, or repair work, intended for potential contractors participating in a federal government procurement process. It outlines critical details such as the solicitation number, contract number, and directives for submitting offers. Contractors are informed about the need for performance and payment bonds, as well as the requirement for a performance period that begins upon award acceptance. Key aspects include stipulations for guaranteed offers, the necessity to adhere to work requirements, and guidelines for the submission of bids, which should be sealed and clearly marked. The solicitation is issued by the Acquisition Management Division based in Fort Worth, Texas, and emphasizes that any submissions must comply with specified deadlines for consideration. The document ultimately serves to guide prospective bidders through the procedural and contractual obligations associated with federal construction-related contracts, ensuring all necessary information is provided for evaluating offers and awarding contracts.
    The document outlines the guidelines for creating and managing GSA Affiliated Custom Accounts (GACA) for Google Drive and Google Sites, facilitating collaboration among GSA employees and their partners. It emphasizes compliance with federal security standards (FIPS 140-2) for data sharing via secure, encrypted methods. The process is directed at customer agencies and partners who do not use Google Apps for Government, allowing them to create a specific Gmail account starting with "GSA." Detailed instructions are provided for account creation, enabling two-factor authentication, and compliance monitoring by GSA IT Security Staff. This ensures that shared data remains secure while still supporting collaborative efforts. By establishing these protocols, GSA aims to enhance its operational effectiveness and security in digital communication with external stakeholders.
    The U.S. General Services Administration (GSA) has developed Low Embodied Carbon Concrete Requirements under the Inflation Reduction Act (IRA) of 2022, which allows for a $2.15 billion investment to reduce greenhouse gas emissions in construction materials. These requirements aim to ensure concrete, cement, and concrete masonry units used in federal construction projects meet specified lower embodied carbon limits based on industry averages. The document outlines the necessary compliance documentation, which includes Environmental Product Declarations (EPDs) that must be verified by third parties. It additionally states that construction product assemblies can qualify for IRA funding if at least 80% of their cost or weight comprises qualifying materials. Importantly, these requirements do not replace existing procurement laws, such as the Buy American Act. The inclusion of ENERGY STAR Energy Performance Scores adds another layer of accountability regarding manufacturing energy efficiency. This initiative not only promotes environmental sustainability in federal projects but also aligns with the U.S. government's broader climate goals aimed at reaching net-zero operational emissions by 2045.
    The U.S. General Services Administration (GSA) has established the Low Embodied Carbon Steel Requirements under the Inflation Reduction Act (IRA) to enhance the sustainability of federal construction projects. Enacted in August 2022, the IRA earmarks $2.15 billion for acquiring construction materials with significantly lower greenhouse gas emissions. These requirements specifically target steel products needed for projects funded under the IRA, mandating that at least 80% of the total cost or weight of construction assemblies must come from qualifying low embodied carbon steel. GSA categorizes steel based on its production method and sets limits on greenhouse gas emissions, expressed in kilograms of CO2 equivalent per metric ton, for various steel product categories like fabricated rebar and hollow structural sections. The document outlines compliance documentation compared to third-party verified Environmental Product Declarations (EPDs) that must adhere to specified guidelines. Additionally, these LEC steel requirements do not negate existing laws such as the Buy American Act or the Trade Agreements Act; compliance with these laws takes precedence in procurement. The guidance reflects the U.S. government’s commitment to reducing its carbon footprint in construction, promoting energy efficiency and environmental responsibility within federal projects.
    The U.S. General Services Administration (GSA) has established Low Embodied Carbon Asphalt Requirements under the Inflation Reduction Act (IRA) to promote the use of construction materials with lower greenhouse gas emissions. The IRA aims to invest in clean energy and combat climate change, with specific goals for federal buildings to achieve net zero operational emissions by 2045 and net zero procurement by 2050. GSA received $2.15 billion under the IRA to acquire construction materials that significantly reduce embodied carbon emissions based on Environmental Protection Agency (EPA) criteria. The new asphalt requirements apply when at least 80% of the total cost or weight of construction product assemblies consists of qualifying asphalt materials. Compliance is ensured through product-specific third-party verified Environmental Product Declarations (EPDs) that adhere to established protocols. The document also specifies limits for embodied carbon emissions in asphalt, categorizing materials into three tiers based on their performance. These requirements coexist with existing legislation like the Buy American Act, which takes precedence in procurement decisions. Overall, the initiative underscores the federal government's commitment to sustainability in construction practices.
    The document is the Standard Form 24 (Rev. 10/2023), a bid bond used when a bid guaranty is required for federal contracts involving construction, supplies, or services. It establishes the obligation of the principal (bidder) and surety(ies) to the U.S. government, ensuring that the principal will adhere to the bid requirements, including execution of contracts and provision of necessary bonds upon bid acceptance. The bond details include the penal sum, the type of organization (e.g., individual, partnership, corporation), and any specific conditions or financial limits. Key elements include a void clause if the principal either executes the required documents or compensates the government for any excess costs incurred. Additionally, the form outlines guidelines for completing it, including the necessity of corporate seals for corporate signers, and conditions for individual sureties. Notably, the document is compliant with the Paperwork Reduction Act and must be approved by the Administrator of General Services for any deviations. The purpose of this bid bond is to protect the government in case the principal fails to fulfill its obligations, emphasizing the importance of proper documentation and fiscal responsibility in government contracting processes.
    The GSA Solicitation No. 47PH08240004 focuses on evaluating the past experience and performance of construction firms through a detailed questionnaire. The document comprises key areas such as schedule adherence, budget management, quality compliance, teamwork, customer satisfaction, safety practices, and overall project performance. Contractors are required to provide reference information, including project details, completion dates, estimated costs, and the nature of the work performed. The evaluation includes multiple-choice questions assessing the contractor's ability to meet project schedules, maintain budgets, deliver quality results, effectively manage subcontractors, and ensure safety standards. Additionally, there is a section for qualitative feedback, asking evaluators if they would consider re-contracting with the company based on their performance. The structure of the document is methodical, ensuring all aspects of a contractor's work are accounted for, facilitating government decision-making regarding contracts in line with RFPs and grants. Overall, the form is a comprehensive tool designed to measure past contractor performance and ensure accountability and quality in future federal projects.
    The GSA Solicitation No. 47PH08240004 outlines a questionnaire to assess the past performance, experience, and qualifications of key personnel involved in a contracting project. It seeks detailed information about the contractor and key personnel, including the individual's role, work performed, coordination with subcontractors, responsiveness to administrative tasks, and overall performance ratings. Specific questions address the individual’s capability in solving problems, adherence to project timelines, budget compliance, and quality of work delivered. The evaluation culminates in a recommendation regarding the likelihood of working with the individual again, drawing from experiences across multiple projects. This process is fundamental to the federal government’s RFP evaluation, ensuring that selected contractors possess the necessary qualifications and experience for successful project outcomes. The emphasis on past performance serves to maintain high standards in government contracting, ultimately contributing to fiscal responsibility and project efficacy.
    The document is a contractor qualification form used by the U.S. General Services Administration (GSA) to assess an organization's financial stability and eligibility for federal contracts. It collects vital information regarding the contractor's background, including organizational structure, taxpayer ID, financial status, inventory valuation methods, and ownership details. Sections cover the organization's financial conditions, such as debts owed to the government, current financing, and financial statements including balance sheets and income statements. Additionally, it inquires about past bankruptcies, legal judgments, and supplier relationships to evaluate overall financial responsibility. The document ensures contractors disclose any risks that may affect service delivery or compliance with contractual obligations. It plays a critical role in the federal procurement process, helping to determine capable and financially sound partners for government projects.
    The GSA Solicitation No. 47PH0825R0002 outlines the Offeror Representations and Certifications required for federal procurement, particularly focused on highway, street, and bridge construction (NAICS 237310). It establishes the small business size standard as an average of $45 million in receipts. The document details necessary certifications depending on the contract type, including compliance with federal regulations concerning telecommunications and government entity codes. Key provisions also address the representation of a contractor’s adherence to federal integrity and performance requirements, and stipulations concerning the use of covered telecommunications equipment. Offerors must complete electronic representations via the System for Award Management (SAM), ensuring accurate and current information is provided. Certifications relating to arms control treaty compliance are also included. Overall, the solicitation reinforces accountability in government contracting, aiming to uphold standards and ensure the integrity of the procurement process.
    The document outlines a government Request for Proposal (RFP) related to a design-build project initiative, emphasizing net-zero contributions and sustainable building practices. It includes essential project details such as the project's name, estimated start date, solicitation number, and both owner and contractor information. The project involves a comprehensive scope of work detailing various materials and services needed while identifying exclusions and assumptions that inform project execution. Key categories of work include high-performing green buildings, low embodied carbon materials, and various construction elements such as concrete, steel, plumbing, HVAC, and electrical systems. The document also mentions general conditions related to project management, insurance requirements, and cost estimates, ensuring clarity around financial aspects and operational expectations. Overall, this RFP reflects the government’s commitment to environmentally sustainable practices in building projects while ensuring compliance with relevant standards and regulations. It highlights collaboration between owner and contractor to execute designs meeting specified performance criteria efficiently.
    The Facilities Standards for the Public Buildings Service (P100) delineates the mandatory requirements for the design, construction, and operational standards of U.S. federal buildings, specifically under the purview of the General Services Administration (GSA). The document emphasizes performance-based requirements over prescriptive codes, ensuring that projects align with efficiency, sustainability, and compliance with federal, state, and local regulations. Key chapters address various aspects, including community planning, architecture, engineering disciplines, fire protection, and specialty space requirements, underscoring safety, health, and environmental considerations throughout the project lifecycle. The P100 also specifies protocols for addressing deviations, repairs, and tenant improvements, mandating adherence unless documented waivers are obtained. The document serves as a central guide for both federal and local stakeholders involved in public infrastructure projects, guiding decision-making from conception through commissioning. By outlining strict adherence to laws and recognized codes—such as those related to energy efficiency and historic preservation—P100 integrates a comprehensive approach to federal building design that prioritizes resilience and sustainability, aligning with government procurement processes and funding sources.
    The GSA Solicitation No. 47PH0825R0002 concerns a Design-Build Contract for the World Trade Bridge Land Port of Entry (LPOE) road improvements in Laredo, Texas, set for award to small business concerns. The solicitation outlines the project requirements, proposal formats, evaluation criteria for bids, and necessary compliance with the Inflation Reduction Act through the usage of low-embodied carbon materials. Proposals must include a price and technical proposal, with specific focus on past experience and sustainability commitments, valued significantly during evaluation. The contract, estimated between $10 million and $20 million, requires bidders to follow strict adherence to bid guarantees, wage rate requirements, and submission standards with a deadline for proposals on January 9, 2025. A pre-proposal conference and site visit are scheduled to provide additional insights to potential bidders. Bidder qualifications and experience are crucial, with a focus on relevant past projects and the implementation of a management plan to ensure timely and cost-effective delivery. The role of environmental product declarations in meeting sustainability targets will also be assessed as part of the evaluation process, combined with the acknowledgment of minority and female participation goals.
    The document outlines the Statement of Work for the World Trade Bridge (WTB) Land Port of Entry improvement project. The U.S. General Services Administration (GSA) seeks to engage a Design-Build Contractor to enhance roadway functions at the WTB LPOE in Laredo, Texas, with a focus on environmental sustainability following the Inflation Reduction Act's low embodied carbon standards. The project aims to improve traffic efficiency while ensuring safety, security, and uninterrupted operations during construction. Key components include site investigations, design services, and comprehensive construction services adhering to strict performance and sustainability criteria, including the use of Low Embodied Carbon (LEC) materials. The Contractor will be responsible for all process phases, from design to closeout, ensuring compliance with GSA's quality assurance requirements and submission protocols. The project requires collaboration among various stakeholders, including Customs and Border Protection (CBP) and local authorities, to facilitate efficient execution. A firm-fixed-price contract will be awarded, emphasizing the need for innovative construction practices, effective project management, and compliance with federal regulations throughout the delivery process. This initiative showcases GSA's commitment to sustainable infrastructure development while enhancing border security operations.
    Similar Opportunities
    Provide Gravel Parking Area
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting proposals for the construction of a gravel parking area at their facility located at 2611 Vo Tech Drive, Weslaco, Texas. The project, titled "Operation River Wall," involves the design and construction of a 60,000 square-foot gravel pad, which includes site preparation, grading for drainage, and the installation of geotextile fabric, among other requirements. This procurement is a total small business set-aside, with an estimated project value between $25,000 and $100,000, and proposals are due by 3:00 PM local time on December 17, 2025. Interested contractors must be registered at SAM.gov and can arrange non-mandatory site visits by contacting Shawn Jenkins or Angela Barker via email.
    Border Patrol Station-Freer, Texas
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Tactical Infrastructure (TI) Maintenance DRT, LRT, RGV
    Buyer not available
    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
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking bids for the purchase and installation of a heavy-duty ramp system at its facility in Weslaco, Texas. The project aims to provide a modular ramp that allows safe access for trucks and boat trailers to an existing loading dock, accommodating a minimum load of 26,000 lbs, while adhering to strict safety and structural standards. This procurement is crucial 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 1:00 PM local time on December 10, 2025, via email to Shawn Jenkins, and may arrange a site visit by contacting either Shawn Jenkins or Angela Barker.
    WY NPS YELL 10(26), Gardner River High Bridge
    Buyer not available
    The Department of Transportation, through the Federal Highway Administration, is seeking contractors for the WY NPS YELL 10(26) project, which involves the rehabilitation of the Gardner River High Bridge located 1.5 miles east of Mammoth, Wyoming. The project encompasses a range of construction activities, including lead-based paint removal, bridge painting, approach span replacement, deep patch repairs, guardwall construction, and joint replacement, all spanning a total length of 0.32 miles. This initiative is crucial for maintaining infrastructure within Yellowstone National Park and ensuring safe access for visitors, with an estimated contract value between $20 million and $30 million. Interested vendors should note that the solicitation is anticipated to be released in Winter 2025/2026, and they can direct inquiries to the Contracts G. Office at wfl.contracts@dot.gov or call 360-619-7520 for further information.
    U.S. General Services Administration (GSA) Seeking Office Space: Corpus Christi, Texas
    Buyer not available
    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.
    Industry Day for Construction Projects at Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex, San Juan, Puerto Rico
    Buyer not available
    The General Services Administration (GSA) is hosting an Industry Day for contractors interested in two significant construction projects at the Federico Degetau Federal Building and Clemente Ruiz Nazario U.S. Courthouse Complex in San Juan, Puerto Rico. The projects include non-structural seismic mitigation at the Nazario Courthouse and the construction of a new ten-story courthouse annex, both requiring contractors with experience in commercial and institutional building construction (NAICS code 236220). The total project magnitudes are estimated between $20 million and $40 million for the seismic mitigation and between $200 million and $260 million for the annex. Interested parties are encouraged to register for the virtual event scheduled for January 21, 2026, at 10:00 AM (AST) by completing the registration form provided in the notice. For further inquiries, contact Natalia Lugo-Vina Cruz at natalia.lugo-vinacruz@gsa.gov.
    Pago Pago TSA Space Renovation, American Samoa
    Buyer not available
    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.
    MT NP GLAC P HQ(3), GLAC HQ Parking Area Rehabilitation, Phase
    Buyer not available
    Presolicitation notice from the Department of Transportation, Federal Highway Administration, for the rehabilitation of the GLAC HQ Parking Area in West Glacier, Montana. The project involves pavement removal, clearing and grubbing, drainage, and installation of curb and gutter, sidewalks, pavement, and signage. The estimated price range for the project is between $2,000,000 and $5,000,000. The completion date is tentatively set for Summer 2025. This solicitation is offered as a small business set-aside. Interested vendors can view the Interested Vendors List by registering as a SAM user.
    34-Ton Break-Bulk Trailers
    Buyer not available
    The General Services Administration (GSA) is soliciting quotes for thirty-seven (37) 34-ton break-bulk trailers, specifically designed for the Department of Navy's requirements. These trailers must meet stringent specifications, including compatibility with government-owned tractors, a minimum distributed capacity of 70,000 lbs, and compliance with military and industry standards. The procurement is critical for replacing aging fleet assets and ensuring operational efficiency in transporting various cargo types. Quotes are due by December 31, 2025, at 1:00 PM EST, and interested vendors should submit their proposals via email to Ed Hodges at john.hodges@gsa.gov, including the solicitation number in the subject line.