Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2009 FBO #2948
MODIFICATION

Y -- 'RECOVERY' reconfiguration and expansion of Mariposa Land Port of Entry (LPOE) in Nogales, Arizona

Notice Date
12/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Property Development Division (9PCS), 450 Golden Gate Avenue, 3rd floor West, San Francisco, California, 94102
 
ZIP Code
94102
 
Solicitation Number
GS-09P-10-KTC-0005
 
Point of Contact
Gregory McSweeney, Phone: 4155223121, Joseph Nolan, Phone: 4155224010
 
E-Mail Address
greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov
(greg.mcsweeney@gsa.gov, joseph.nolan@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
The General Services Administration (GSA) announces an opportunity for Construction Excellence in Public Buildings, GSA will be using funds from the FY 2009 American Recovery and Reinvestment Act for this project. Project Summary: The General Service Administration (GSA) plans to reconfigure and expand the existing Mariposa Land Port of Entry (LPOE) in Nogales, Arizona. The project will expand the existing LPOE to accommodate increasing volumes of privately owned vehicles (POV), pedestrian, and commercial traffic. The proposed project will also replace the existing port facilities with new expanded facilities capable to handle the increase volume of vehicular and pedestrian traffic. The construction will consist of the phased demolition of the existing port, construction of a new main building, head house, kennels, truck inspection docks, NII (Non-Intrusive Inspection) processing area, hazmat area, seizure vault, vehicular parking and primary and secondary canopies for POV inspection. The project will include new noncommercial and commercial primary inspection booths and construct a new outbound inspection/export processing area. The new port of entry is expected to achieve at least a LEED Silver Rating through a combination of a substantial photovoltaic installation, solar domestic hot water system, advanced lighting, building automation system with diagnostics, and other systems that will be implemented to assure continued performance in the future. The cost of construction is estimated in the range of $100,000,000 to $120,000,000. This solicitation is being made under FAR 15.1 Source Selection. Award will be made to the offeror whose proposal conforms to all requirements of the solicitation and is considered to be most advantageous to the Government, cost or price and other factors considered. As technical proposals become more equal in their technical merit, the evaluated cost or price becomes more important. This Request for Proposal (RFP) will consist of two parts. Both technical and price proposals shall be delivered to the Government, in separate envelopes, at the same time. Technical proposals will consist of the offerors demonstrating their qualifications to perform the scope of work through their experience and the quality of past performance when performing similar work as well as the experience of proposed Key Personnel. Price proposals will be evaluated in accordance with the full set of plans and specifications included as part of the RFP. A 20% Bid Bond is required at the time the price proposal is submitted; Performance and Payment Bonds will be required prior to receipt of Notice to Proceed. Contractors are to submit a written request for a copy of the RFP (including plans and Specifications) to: Jarrett Chew, GSA, PBS, Design and Construction Division (9PCN), 450 Golden Gate Avenue, 3 rd Floor-West, San Francisco, CA 94102-3434. Requests may be mailed or faxed to (415) 522-3316. Refer to RFP GS-09P-10-KTC-0005. The request must be accompanied by proof that the requesting firm is registered in the Central Contractor's Registration. (www.bpn.gov/ccr) The RFP will be available on or about January 6, 2010. It is anticipated that the proposals will be due approximately six (6) weeks after the RFP is released. The procurement is open to both large and small businesses under the Small Business Competitive Demonstration Program. Before the award of the contract the selected firm, if a large business, shall be required to present an acceptable Small Business Subcontracting Plan in accordance with Public Law 95-507. As part of its commitment to socioeconomic initiatives of the Federal Government, the General Services Administration has established national subcontracting goals of 45% for small business (SB), 18% for Small Disadvantaged Business (SDB), 5% for Women-Owned Small Business (WOSB), 3% for HUBZone Small Business (HUBZ), 3% for Veteran-Owned Small Business (VOB), and 3% for Service-Disabled Veteran-Owned Small Business (SDVO)) for fiscal year 2010 In support of the agency's effort, firms seeking consideration for this contract shall demonstrate a proactive effort to achieve the above goals. The use of subcontractors will be reflected in a Small Business Subcontracting Plan and included in the final contract. An accptable subcontracting plan must be agreed to prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PCS/GS-09P-10-KTC-0005/listing.html)
 
Place of Performance
Address: Mariposa Land Port of Entry, Highway 189 and International Border, Nogales, Arizona 85648, Nogales, Arizona, 85648, United States
Zip Code: 85648
 
Record
SN02027206-W 20091220/091218234623-9014f41c7e494279768bb50d5d501cbe (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.