Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
SOLICITATION NOTICE

Y -- Design-Build New Land Port of Entry, Milltown, Calais, ME

Notice Date
3/22/2012
 
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-12-BZ-C-0012
 
Point of Contact
Michael C. Kennison, Phone: (617) 565-5005, Deborah A. Fournier, Phone: (617) 565-5970
 
E-Mail Address
michael.kennison@gsa.gov, deborah.fournier@gsa.gov
(michael.kennison@gsa.gov, deborah.fournier@gsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Solicitation Notice : The General Services Administration announces the issuance of Solicitation GS-01P-12-BZ-C-0012 for Design-Build of a United States (U.S.) Land Port of Entry (LPOE) at the existing Milltown port site. This procurement is 100% set-aside for small business concerns and is Subject to the Availability of Funds. The intent of this project is to replace in kind with a new main building, canopy, and booth, reusing the existing roadway configuration and site as is. The LPOE will be closed for the duration of construction. The United States Port Facility at Milltown is located in the town of Calais, Maine at the International Border separating Maine and the Canadian Province of New Brunswick. 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 non-commercial traffic serving the nearby residential communities. The current Milltown LPOE consists of one 796 square foot structure, several small appendages totaling an additional 120 gross square feet (GSF), and a 20-foot trapezoidal steel framed canopy over the inbound inspection lane. The existing single-story wood frame building was constructed in 1938 and is inadequate to support the United States Customs and Border Protection Service's current needs and mission at this crossing. The site is limited by its very small available land area and location within the 100-year flood plain of the St. Croix River. The scope of work for this project includes: the demolition of the existing main building and ancillary structures, canopy, and booth; design and construction of the new main building, canopy, and booth; and any associated site work required to construct the new facilities and integrate them into the existing site. Demolition of the existing structures will require abatement of all hazardous materials. T he Design Build Contractor shall be responsible for the ultimate site specific layout and building design to be approved by the Government. The site area will not be expanded. The main building size will be in the 1,050-1,150 usable square feet range and should generally approximate the footprint of the existing facility. A detailed program of requirements and an adjacency diagram will be provided. Although not required, all or portions of the existing facility may be incorporated into the proposed project. The booth and canopy size will be in the 450-550 gross square feet range. In order to mitigate the potential for flooding, the finished floor of the new main building will be at least one foot above the 100-year flood level of 77 feet. GSA policy is to make all Federal buildings accessible without the use of special facilities for persons with disabilities. ADA accessibility must be provided to the public areas of the building and the new canopy and raised elevation must not interfere with this requirement. The Design-Build Contractor should be aware that CBP will be funding the design, acquisition, and installation of computers, new or additional security, and telephone equipment to support the new LPOE. Although these systems are not part of this project, the Design-Build Contractor shall be responsible for the infrastructure required to coordinate and support this equipment. This infrastructure will include, but is not limited to, such items as conduit with pull strings, junction boxes, blocking for equipment, and other support items as required for the future installation of the equipment. 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. Offerors shall submit both written technical and price proposals. Offers will be evaluated on technical capability and price, with technical quality being approximately equal to price. Evaluation Factors are: (1) Proven past performance in design and construction of buildings of similar size or larger; (2) Qualifications and experience of key personnel; (3) Design Concept, Management Plan and Technical Approach, and; (4) Environmental Plan to Assist PBS in Achieving a Zero Environmental Footprint (ZEF). A bid guarantee is required and the offerors must provide Performance and Payment Bonds prior to award. GSA will conduct site visits by appointment only at the times and dates if specified in the solicitation. Before contract employees are allowed to work on the project site, they shall be required to pass a security check. Forms will be provided to the successful offeror after award. In addition to the previously mentioned security check, any foreign national employed to work on this site shall be required to provide a document such as a copy of his/her resident alien card or a copy of his/her employment authorization card from the U.S. Department of Homeland Security/U.S. Citizenship and Immigration Services Bureau authorizing him/her to work in the United States. Also, any person born outside of the United States who is now a naturalized U.S. citizen must provide proof of U.S. citizenship such as a copy of his/her U.S. passport or a copy of his/her certificate of naturalization. The estimated cost range for this project is between $1,000,000 and $5,000,000. The North American Industrial Classification Code ( NAICS) is 236220 with a size standard of $33.5 million. This is a negotiated procurement and there will NOT be a public bid opening. The solicitation, agreement, specifications, drawings and other applicable documents will be available on or about April 6, 2012 for electronic download at no charge from the Federal Business Opportunities website at www.fbo.gov. It is the Offeror's responsibility to monitor the site at www.fbo.gov. for the release of any amendments and/or other notifications of any changes to this solicitation (i.e. any amendments). No hard copies of the solicitation will be mailed or issued and telephone, fax, or email requests for this solicitation will not be accepted. The Government reserves the right to cancel this solicitation. Should there be any questions, please contact Michael Kennison, Contract Specialist, at 617-565-5005 or via e-mail at michael.Kennison@gsa.gov. Offers are due on or about May 7, 2012 at 4:00 P.M. Local time. All offers are to be submitted to the Contracting Officer, General Services Administration, Design & Construction, Thomas P. O'Neill Jr. Federal Building, 10 Causeway Street, Room 135, Boston, MA 02222. All responsible sources may submit a proposal that shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/1PC/GS-01P-12-BZ-C-0012/listing.html)
 
Place of Performance
Address: Calais, Maine, United States
 
Record
SN02703437-W 20120324/120322235255-c22ce863afebb372320e4756949598aa (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.