Y - Sources Source for Small Business Only: Modernization and Expansion of the Calexico West Port of Entry Phase 2A, Calexico, California
THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. The award of this project is subject to the availability of funds. The General Services Administration (GSA), Public Buildings Service (PBS),... THIS IS A SOURCES SOUGHT SYNOPSIS FOR SMALL BUSINESS ONLY. The award of this project is subject to the availability of funds. The General Services Administration (GSA), Public Buildings Service (PBS), Design and Construction Division (9P2PC) has a requirement for construction services for the Calexico West Land Port of Entry located in Calexico, California. The Calexico West Port of Entry (POE) is one of the busiest crossings on the southern border. The space required for modern inspection technologies is not available and the ability of the Department of Homeland Security (DHS), U.S. Customs and Border Protection (CBP) to accomplish its rapidly changing mission is seriously compromised by the inadequacy of the existing facilities. When completed, the project will provide the port operation with adequate operational space, reduced traffic congestion and a safe environment for port CBP staff and general public. Brief Description of the Scope of Work: Construct a new Administration building with a sky bridge that connects to the existing Head House. Construct five (5) permanent southbound Privately-Owned Vehicle (POV) non-commercial inspection lanes, inspection islands, booths, canopies and concrete paving. Erect a pre-primary inspection canopy for the northbound POV lanes heading into the United States. Construct six (6) new POV northbound inspection lanes, inspection islands, booths, canopies and concrete paving, and expand the secondary POV inspection area. Construct a new employee parking structure (approximately 260 spaces) adjacent to southbound inspection that includes an underground pedestrian tunnel from the parking structure under the southbound lanes and exits near the shell space. Construct an underground pedestrian and utility tunnel that is below the Union Pacific Rail Road (UPRR) tracks allowing employees to walk from the Head House and Administration building to a future Pedestrian Processing building. Extend utilities for future Pedestrian Processing building project. Perform demolition and site work in designated areas to allow the construction of the Phase 2A project. The estimated cost range is between $140,000,000 - $150,000,000.00. This is not a request for offers or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. This is a market research tool being utilized to determine the availability and adequacy of potential sources prior to issuing a Request for Proposal (RFP). The Government is not obligated to and will not pay for information received as a result of this announcement. Requests for a solicitation will not receive a response. GSA is in the process of determining the availability, adequacy, and capabilities of potential small businesses as single sources or in teaming arrangements, prior to issuing a Request for Proposal for a General Contractor for Modernization and Expansion of the Calexico West Port of Entry Phase 2A in Calexico, California. If no responses are received from potentially responsible sources, GSA under FAR Part 19.502(2) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. Firms interested in this effort must be able to demonstrate experience as a General Contractor on three (3) SIMILAR PROJECTS as defined below: SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a ("SIMILAR PROJECT"), the project must meet all three elements of size, type, and complexity as further defined here. To be considered similar in "size" projects must cost at a minimum of $100,000,000.00 in construction costs, concerning a structure that is at least 100,000 gross square feet and was substantially completed in the past ten (10) years (from the date the RFP submittals are submitted). To be considered similar in "type" project(s) must be any of the following: expansion, modernization, rehabilitation, renovation, alteration, or new construction. To be considered similar in "complexity" projects include, but are not limited to, Airports, Port of Entry, Office Buildings, Federal, State or Local Courthouses, Hospitals, Colleges and Universities, Museums, Libraries, or other similar facilities. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, shall be made under North American Industrial Classification Systems (NAICS) code 236220 Commercial and Institutional Building Contracting. The small business size standard for NAICS code 236220 is $36,500,000.00 in average annual receipts over the past three years. If you are an interested small business or small business in a teaming arrangement or Joint Venture, per the definition above, please provide a Written Letter of Interest and a response to the following questions. All information submitted is subject to verification. Additional information may be requested to substantiate responses. 1. Please provide proof, i.e., SAM.GOV Registration printout, that your firm is a Small Business in accordance with NAICS Code 236220 (average annual receipts less than $36,500,000.00 for the past three years). 2. Is your firm an 8(a), Small Disadvantaged Business, Women-Owned Small Business, HUBZone Small Business, Service Disabled Veteran-Owned Business, or Veteran-Owned Small Business? (For additional information on small business concerns visit www.sba.gov) 3. Provide three (3) SIMILAR PROJECTS as described above that demonstrate the small business firm's past experience as a General Contractor. Submit a reference (name, title, phone number, and e-mail address) for each project submitted. 4. Letter from Bonding Company certifying that the small business firm has bonding capacity in excess of $100,000,000.00 for a single project. Each response shall be reviewed by the Contracting Officer for the purposes of determining whether there exists reasonable expectation of obtaining a sufficient number of offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. In any Joint Venture or teaming arrangement the Lead Contractual Construction Firm must qualify as a Small Business in accordance with NAICS code 236220 in order to be considered under this Sources Sought Notice. All respondents are reminded that at least fifteen percent (15%) of work performed on-site has to be performed by its own workforce. Interested Construction Firms should submit a Written Letter of Interest along with a response to the questions contained within this notice to Beverly Chin, Contracting Officer, via e-mail to beverly.chin@gsa.gov. For additional information regarding this potential opportunity, please contact Beverly Chin, Contracting Officer. The DUE DATE for responses is March 29, 2019 by 4:00 p.m. Pacific Daylight Standard time.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »