SOLICITATION NOTICE
Y -- D-B - Dunseith, ND Land Port of Entry
- Notice Date
- 5/16/2023 6:11:01 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R8 LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 47PJ0023R0041
- Response Due
- 5/31/2023 4:00:00 PM
- Point of Contact
- Rhonda Widick, Christie Vandendries
- E-Mail Address
-
rhonda.widick@gsa.gov, Christie.Vandendries@gsa.gov
(rhonda.widick@gsa.gov, Christie.Vandendries@gsa.gov)
- Description
- Solicitation No. 47PJ0023R0041 Continuing a legacy of outstanding public architecture that was initiated with the founding of the nation, the General Services Administration (GSA) Public Buildings Service (PBS) seeks to commission our nation�s most talented architects, landscape architects, interior designers, engineers, and construction professionals to design and construct federal buildings of outstanding quality and value. These projects are to demonstrate the value of true integrated design that balances aesthetics, cost, functionality, constructability, durability, and reliability; create environmentally responsible and superior workplaces for civilian Federal employees; and give contemporary form and meaning to our democratic values. In this context, GSA announces an opportunity for Design and Construction Excellence in public architecture for performance of Architectural-Engineering Design and Construction services in accordance with GSA quality standards and requirements. As required by law, regulation or Executive Order, all facilities will meet Federal energy goals, security requirements, and achieve at least a LEED Gold certification. GSA intends to issue a Request for Qualifications (RFQ) for a Design-Build (DB) contract for the new Land Port of Entry (LPOE) complex in Dunseith, North Dakota.� This acquisition encompasses the design and new construction of the offices and related space as required for a wide variety of functions (administrative space, commercial vehicle inspection areas, interview rooms, computer rooms, storage) critical to the performance of the occupying agencies. Presently, the U.S. Customs and Border Protection (CBP) occupies approximately 12,000 gross square feet, and GSA Operations and Maintenance occupies approximately 1,500 gross square feet of federally owned enclosed building area. The U.S. Department of Agriculture, Animal and Plant Health Inspection Service (APHIS), occupies a 500 square foot leased modular trailer. The existing LPOE is obsolete and cannot accommodate modern inspection facilities and border security technologies.� The existing facility is undersized, causing dangerous traffic back-ups and congestion at peak hours, exacerbated by tourists who patronize the International Peace Gardens. The new facility shall include adequate operational space, reduced traffic congestion, increase processing capacity, enhance security, facilitate trade and travel volumes, and safe conditions for employees and travelers. The new Land Port of Entry facilities shall be located on GSA owned property, on a project site that is currently 8 acres with the plan to acquire an additional 2.7 acres of land and is located at 10098 Highway 281 Dunseith, ND 58329-9429, approximately 13 miles north of the town Dunseith, County of Roulette, at the juncture of U.S. Highway 281 and the U.S. Canada International Border. The total space requirement consists of approximately 20,000 gross square feet, available for use by the agency for personnel, furnishings, and equipment.� The building will be designed and constructed in English units. The estimated total design/build cost is between $70,000,000 and $80,000,000 with occupancy planned for the year 2028 (pending fund availability). The scope of Design Build Services may include, but not limited to, the following: design/construction documents and construction work, which consists of providing all labor, equipment, and materials for a complete build-out. GSA intends to award a firm-fixed price design-build contract pursuant to the Federal Acquisition Regulation (FAR) two-phase design-build selection procedures (FAR Subpart 36.3).� For this contract award process, GSA will issue two Solicitations in sequence: Phase 1 and Phase 2, respectively. The purpose of Phase 1 (the Request for Qualifications) is to select the most highly qualified Offerors from Phase 1 to participate in Phase 2 (the Request for Proposals).� Once Phase 1 is complete, the Contracting Officer will invite the �short-listed� Offerors to submit Phase 2 proposals.� Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase 1 �short-list� on SAM.gov. Maximum Number of �Short-Listed� Offerors: The Contracting Officer will select a maximum of three (3) of the most highly rated Offerors to proceed to Phase 2. Phase 2 of the solicitation is prepared in accordance with FAR Part 15 and includes the Phase 2 evaluation factors, developed in accordance with 15.304.� Phase 2 solicitations require submission of technical and price proposals, which are evaluated separately, in accordance with Part 15. Stipend:� In consideration for the preparation of a Phase 2 technical proposal, GSA will pay a stipend to Offerors not selected for award of the resulting contract.� Offerors that submit incomplete or unacceptable Phase 2 proposals will not be eligible for a stipend.� For the avoidance of doubt, no stipend is paid during Phase 1. At the conclusion of Phase 2, GSA intends to award a contract to a single Offeror for all design and all construction services.� This procurement will be open to both large and small business firms.� The firm (if not a small business concern) shall be required to present an acceptable small business subcontracting plan in accordance with FAR 19.7, as part of its proposal.�� The RFQ will be issued electronically late May 2023 at: http://www.SAM.gov/.�� Contracting Officer: Rhonda Widick Email: Rhonda.Widick@gsa.gov�� Contract Specialist: Christie VandenDries Email: Christie.VandenDries@gsa.gov�� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0a0ce01037bc44baba2c552fec45fbdb/view)
- Place of Performance
- Address: Dunseith, ND 58329, USA
- Zip Code: 58329
- Country: USA
- Zip Code: 58329
- Record
- SN06683879-F 20230518/230517212022 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |