Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2011 FBO #3500
SOLICITATION NOTICE

Y -- Design Build Milltown Land Point of Entry

Notice Date
6/23/2011
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
General Services Administration, Public Buildings Service (PBS), Design and Construction (1PC), 10 Causeway Street, Boston, Massachusetts, 02222-1077, United States
 
ZIP Code
02222-1077
 
Solicitation Number
GS-01P-11-BZ-C-0022
 
Point of Contact
Michael Santos, Phone: 617.428.3690, Deborah A. Fournier, Phone: (617) 565-5970
 
E-Mail Address
michael.santos@gsa.gov, deborah.fournier@gsa.gov
(michael.santos@gsa.gov, deborah.fournier@gsa.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The General Services Administration is seeking Design-Build Contractors to design and construct a United States (U.S.) Land Port of Entry (LPOE) at the existing United States Port Facility at Milltown located in the town of Calais at the International Border separating Maine and the Canadian Province of New Brunswick. This LPOE shall be designed and constructed in such a manner as to create a facility with new technologies to enable U.S. Customs and Border Protection (CBP) to fulfill their mission. The project goal is to follow LEED principles; actual certification, though desirable, is not required. The design is to reflect contemporary architectural thought and the architectural character of the region. Innovative design solutions that optimize site potential and address energy efficiency, water conservation, enhanced indoor air quality, and optimization of operations and maintenance practices, shall be considered. The scope of work for this project is the demolition of the existing port building, design and construction of the new port building, and any ancillary site work required to construct the new building and integrate it into the existing site. The intent of this project is to replace in kind with a new port building, reusing the existing lane configuration, canopy, booth, and site as is. The DB Contractor shall be responsible for the ultimate site specific layout to be approved by the Government but t he site area will not be expanded. The building size will be in the 1,050-1,150 gross square feet range and should generally approximate the footprint of the existing facility. Although not required, all or portions of the existing facility may be incorporated into the proposed project. Demolition of the existing building will require abatement of all hazardous materials. The finished floor of the new facility must be at least one foot above the 100-year flood level. The facility is located on North Street in a predominantly residential area of the city. The port is in proximity to Route 1 and currently serves as a crossing for non-commercial traffic via North Street. The recently completed International Avenue LPOE currently handles most of the non-local commercial and non-commercial traffic that once passed through Milltown and another facility at Ferry Point. The traffic utilizing Milltown is limited to local van sized commercial vehicles and local non-commercial traffic. The current Milltown LPOE consists of one 796 square foot structure plus several small appendages totaling approximately 916 gross square feet. The facility was constructed in 1938. The existing single-story wood frame building is in poor condition and the interior space is inadequate to support the needs and mission at this crossing. The site is also limited by its very small available land area and location within the 100-year flood plain of the St. Croix River. Th ere are site constraints that result in severely decreased operational effectiveness of the site. GSA policy is to make all Federal buildings accessible without the use of special facilities for persons with disabilities. The public areas of the building must be ADA accessible. This procurement will be set aside for Service Disabled Veteran Owned Small Business firms. FAR 19.1401 (b) states: The purpose of the Service-Disabled Veteran-Owned Small Business Program is to provide Federal contracting assistance to service-disabled veteran-owned small business concerns. Offers from large businesses will not be considered. It is the intent of the Government, in accordance with FAR Part 15.3, to make an award to the responsible contractor whose offer conforms to the solicitation and is most advantageous to the Government cost or price and technical factors listed in the solicitation considered. For this solicitation, the combined weight of the technical evaluation factors is of slightly more importance than price. The award may be made without negotiation of proposals; therefore, offerors will be requested to submit initial proposals to the Government on the most favorable terms from a technical and price standpoint. Evaluation Factors are: (1) Technical Approach; (2) Specialized experience and technical competence; (3) Design Concept (which can be shown utilizing a concept sketch; LEED elements that will be provided, and any other descriptive information regarding the approach to a design solution that optimizes site potential and addresses energy efficiency, water conservation, enhanced indoor air quality, and optimization of operations and maintenance practices. (4) Management Plan and Key Personnel. Performance period, to include design and construction, is 365 calendar days after the receipt of the Notice to Proceed. This is a best value competitive negotiated procurement and will be a firm fixed price contract. The estimated cost range for this project is between $250,000.00-$500,000.00. A bid guarantee is required and payment and performance bonds will also be required. All offerors must establish and/or maintain an active registration at http://www.ccr.gov and complete the online representations and certifications at https://orca.bpn.gov. NAICS is 236220 with a size standard of $33.5 million. The solicitation, agreement, specifications, drawings and other applicable documents will be available for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. on or about July 11, 2011. No other notifications will be sent. No hard copies of the solicitation will be mailed or issued and telephone, fax, or email requests will not be accepted. The Government reserves the right to cancel this solicitation. This procurement is subject to the requirements of the Buy American Act. All questions should be submitted to Michael Santos, Contract Specialist, via phone at 617-428-3690 or via e-mail at michael.santos@gsa.gov. All responsible sources may submit a proposal which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-11-BZ-C-0022 /listing.html)
 
Place of Performance
Address: Milltown Land Point of Entry, North Street, Calais, Maine, 04619, United States
Zip Code: 04619
 
Record
SN02481042-W 20110625/110623235539-4dbc3bb2e5f7fbb49cf0e87d63aa9143 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.