Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2008 FBO #2574
DOCUMENT

Y -- Construction of a New United States Land Port of Entry at Alexandria Bay, New York, NY - Request for Proposal

Notice Date
12/11/2008
 
Notice Type
Request for Proposal
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Project Management Acquisition Branch (2PCB), 26 Federal Plaza, Room 1639, New York, New York, 10278
 
ZIP Code
10278
 
Solicitation Number
GS-02P-08-DTC-0011N
 
Response Due
11/12/2008
 
Point of Contact
Winnie W Eng,, Phone: 212-264-2575
 
E-Mail Address
winnie.eng@gsa.gov
 
Small Business Set-Aside
N/A
 
Description
Solicitation No.: GS-02P-08-DTC-0011(N), Project No.: NNY04001 The Public Buildings Service of the United States General Services Administration (“GSA”), Northeast & Caribbean Region, New York, NY, announces an opportunity for Construction Excellence in providing construction services for a New US Land Port of Entry at Alexandria Bay, NY. The address of the project is 46735 Interstate 81, Alexandria Bay, NY 13607. With this notice, the Government is releasing the Request for Proposals (“RFP”). The selected General Contractor (“GC”) will be required to supply all labor, materials and supervision to perform the complete services as will be required by the resultant contract. The Estimated Construction Cost for this project ranges from $130,000,000 to $150,000,000. The current Alexandria Bay Land Port of Entry was constructed in the early 1970s and no longer meets the traffic volumes or mission needs of the tenant agencies. The port is located on the northern end of Interstate 81 on Wellesley Island in the Thousand Islands Region of New York State. Tenant agencies of the facility are Customs and Border Protection, Immigration and Customs Enforcement, Food and Drug Administration, USDA-APHIS Veterinary Services, and GSA. The project includes complete replacement of the existing facility with the construction of 98,275 gsf of buildings including a new administration building, seven (7) new non-commercial inspection lanes, a new non-commercial secondary inspection building, a new commercial building, seven (7) new primary commercial inspection lanes (split level booths that can be used for cars also), two (2) new non-intrusive inspection buildings, eight (8) secondary commercial dock bays, and a new veterinary services building. This project will expand the existing site significantly. The new facility area will increase from approximately 10 acres to approximately 35 acres. A new circulation pattern throughout the facility will increase queuing and will allow safe and secure processing of current and future increased traffic volume entering from Canada. Additionally, future expandability and flexibility will be integrated in the facility design. Significant quantities of rock removal are required in order to develop the site. The construction of this project will take place around the existing port of entry operations which will be a continuous 24 hours, 7 days a week effort. This acquisition process will include two (2) Stages. Under Stage 1 of this acquisition, offerors will be required to submit technical and price proposals in accordance with the attached RFP. It is the Government’s intention that at the conclusion of Stage 1, up to three (3) offerors will be issued purchase orders to provide design review and related services that they will accomplish during Stage 2. Only the offerors receiving purchase orders for design review services will progress to Stage 2 of this acquisition. Stage 2 of the Acquisition Process will progress as the Architect-Engineer firm (A/E) designs the construction documents (specifications and drawings) for this project. At the conclusion of Stage 2 and based upon technical and price proposal evaluation the Government intends to award a firm fixed price contract to one (1) of the three (3) remaining offerors. The offeror selected at the conclusion of Stage 2 will provide the construction services for the new port of entry. Contract awards are based upon the availability of Government funding. Interested offerors are STRONGLY encouraged to register on this site to receive notifications of actions associated with this solicitation number. Solicitation provisions, required proposal forms, clauses and instructions to offerors will be included with the project documents. PRE-PROPOSAL CONFERENCE A Pre-Proposal Conference will NOT be held for Stage 1 of this procurement. However, it is anticipated that a walk-thru of the site will be held during the week of January 5, 2009. The date and time will be confirmed shortly and posted to the FedBizOpps. REQUESTS FOR INFORMATION (RFI) SUBMISSIONS Requests for clarification or interpretation of RFP documents must be submitted not less than 7 calendar days prior to the date of receipt of offers. RFIs may be submitted in writing or by e-mail, preferably e-mail. All written RFIs shall be submitted to the following address: Winnie Eng, Contracting Officer GSA, PBS, Project Management Division 26 Federal Plaza, Room 1639 New York, NY 10278 Or e-mailed to the following address: winnie.eng@gsa.gov DOCUMENT SECURITY Offerors who wish to receive contract documents relating to this acquisition must first complete and submit to the Contracting Officer a Sensitive But Unclassified (SBU) Document Security form. This form is available on this site and upon request from the Contracting Officer. Documents will not be released until the completed SBU form has been submitted to the Contracting Officer (this includes all subcontractors and suppliers). INTERESTED OFFERORS ARE STRONGLY ENCOURAGED TO COMPLETE THE SBU FOR THEMSELVES AND ALL POTENTIAL SUBCONTRACTORS AND SUPPLIERS. This will facilitate prompt distribution of documents. Stage 1 Proposals are due no later than 2:00PM local time on January 14, 2009 in accordance with the instructions in the RFP. If you have questions regarding this acquisition or RFP, please contact Ms. Winnie Eng, Contracting Officer at (212) 264-2575 or by e-mail at Winnie.eng@gsa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d30277966ee161f09b3e525b3d971495&tab=core&_cview=1)
 
Document(s)
Request for Proposal
 
File Name: Request for Proposal for the Construction of a New U.S. Land Port of Entry at Alexndria Bay, NY (Alexandria Bay RFP.pdf)
Link: https://www.fbo.gov//utils/view?id=22f1bb23149765c1cfc08c94235af8c8
Bytes: 951.72 Kb
 
File Name: Wage Determination - Jefferson County (Wage Determination - Alexandria Bay RFP.pdf)
Link: https://www.fbo.gov//utils/view?id=8b44f4f9156088430e80efe513b3333b
Bytes: 457.09 Kb
 
File Name: Small Business Subcontracting Plan (SB Subcontracting Plan ANC and Indian - 10-2007.pdf)
Link: https://www.fbo.gov//utils/view?id=e7e63cf2edfeba622eddf42d141b92e2
Bytes: 396.37 Kb
 
File Name: Document Security Notice (Document Security Notice.pdf)
Link: https://www.fbo.gov//utils/view?id=80016be54facf8b7b3584bc950abc523
Bytes: 272.83 Kb
 
File Name: Construction Contract Clauses (Construction Contract Clauses.pdf)
Link: https://www.fbo.gov//utils/view?id=548e3499032248177d62daeb13367ccf
Bytes: 6,365.38 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01717760-W 20081213/081211220806-d30277966ee161f09b3e525b3d971495 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.