SOURCES SOUGHT
Y -- Modernization and Expansion of the Calexico West Port of Entry Phase 2, Calexico, California
- Notice Date
- 3/21/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- General Services Administration, Public Buildings Service (PBS), Acquisition Management Division (9PQ), 50 United Nations Plaza, San Francisco, California, 94102-3405, United States
- ZIP Code
- 94102-3405
- Solicitation Number
- SBCalexicoPh2
- Archive Date
- 4/21/2017
- Point of Contact
- Beverly Chin, Phone: 4155223141
- E-Mail Address
-
beverly.chin@gsa.gov
(beverly.chin@gsa.gov)
- Small Business Set-Aside
- N/A
- Description
- 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. The project involves construction of new pedestrian and Privately-Owned Vehicle (POV) inspection facilities, expanding the port onto the site of the former commercial truck inspection facility, whose operations moved to Calexico East in 1996. The downtown Calexico port is the principal gateway between California's Imperial Valley and the Mexican State of Baja California. On an average day, over 16,000 privately operated vehicles and 20,000 pedestrians enter the United States through this port. The existing facilities are undersized relative to existing traffic loads and obsolete in terms of inspection officer safety and border security. Presently, two to three hour POV and pedestrian inspection delays cause significant impact to the Imperial Valley economy. The POE's existing structures will be replaced by three buildings totaling 106,605 GSF. The project will be implemented in two phases. The first phase is currently in construction that includes a head house, ten (10) of the project's sixteen (16) northbound POV inspection lanes; including Primary and Secondary inspection canopies; five (5) southbound POV inspection lanes with temporary asphalt paving; and a bridge across the New River for southbound POV traffic. Phase 2 includes construction of temporary pedestrian processing facility while demolition and new construction of permanent pedestrian processing building, new administration building, construction of remaining six (6) new POV northbound inspection lanes with associated primary and secondary inspection facilities, construction of five (5) new permanent southbound POV lanes with associated inspection facilities, and new employee parking structure. The estimated cost range is more than $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 2 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, 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 businesses in a teaming arrangment, 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 April 6, 2017 by 4:00 p.m. Pacific Standard time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/GSA/PBS/9PP/SBCalexicoPh2/listing.html)
- Place of Performance
- Address: Calexico West Port of Entry, Calexico, California, 92231, United States
- Zip Code: 92231
- Zip Code: 92231
- Record
- SN04441490-W 20170323/170321234225-d6e36481671de8f8f35377cc145511c4 (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 |