Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 06, 2024 SAM #8349
SOLICITATION NOTICE

C -- Construction-Manager as Constructor (CMc) for the Houlton Land Port of Entry, Houlton, ME

Notice Date
10/4/2024 8:22:17 PM
 
Notice Type
Solicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0024R0049
 
Response Due
11/21/2024 11:00:00 AM
 
Archive Date
12/06/2024
 
Point of Contact
Paul Murphy, Phone: 6175136954, Michele Valenza, Phone: 8573838973
 
E-Mail Address
paul.murphy@gsa.gov, michele.valenza@gsa.gov
(paul.murphy@gsa.gov, michele.valenza@gsa.gov)
 
Description
This is a Construction Manager as Constructor (CMc) / Construction Manager as Risk (CMAR) services for U.S. Customs and Border Protection (CBP) Land Port of Entry (LPOE) at Houlton, Maine. �The CMc/CMAR services is for the Facilities Repair and Alterations project and includes requirements for Design Phase services and Construction Phase services. � Design Phase services will be awarded on a Firm-Fixed Price basis. Construction Phase services will be awarded with a Guaranteed Maximum Price (GMP).� This project is part of the Bipartisan Infrastructure Law (BIL) and is also targeted for Inflation Reduction Act (IRA) funding. This solicitation sets forth requirements for proposals for a contract to construct the project described in the solicitation documents. Proposals conforming to the solicitation requirements will be evaluated in accordance with the method of award set forth herein. The Government will award the contract to the selected Offeror, subject to the conditions set forth herein. The Offeror's proposal submitted in response to this solicitation shall constitute a firm offer. No contract shall be formed unless and until the Contracting Officer has countersigned the SF 1442 submitted by an Offeror and delivered back to the Contractor, a copy of the SF 1442 with original signatures together with the Agreement reflecting the Offeror's proposed prices. Offers providing less than one hundred and twenty (120) calendar days for Government acceptance after the date offers are due will not be considered and will be rejected. The Magnitude of Construction is estimated within the range of $22,000,000 and $32,000,000.� Offeror's are cautioned that price proposals exceeding this range may be determined ineligible for award based on budgetary limitations.� This range does include potential Inflation Reduction Act (IRA funding). Price proposal exceeding this range may be eligible to have their Technical and Price Proposal evaluated unless the Contracting Officer�determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted. The Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Technical and Price Proposals must be clearly labeled and must be sent as separate attachments so they can be evaluated separately.� Failure to do so will determine the Offeror's submission as non-responsive and will be eliminated. The Contracting Officer and/or Contracts Specialist will not be responsible to separate any technical document that contains pricing information.� This solicitation is not set aside for Small Business, however, both Small and Large Businesses are encouraged to participate.� Offeror's must ensure that SAM.gov shows that the Offeror has North American Industry Classification System (NAICS) code� 236220 (Commercial and Institutional Building Construction) and meets the small business size standard is $39.5 million average annual receipts.� It is the responsibility of the Offeror to ensure this information is updated at the time of submission of their Proposal. See the ""A. Presolicitation in SAM 2024 08 27"" for additional details.� Changes to the Presolicitation include:�The Solicitation posting date has changed from September 26, 2024 to October 3, 2024.�The Proposal submission date has changed from November 26, 2024, 2:00 PM EST to November 11, 2024, 2:00 PM EST.� � For access to Public Building Services (PBS) General Services Administration (GSA) documents, see ""B. FORM B - Request for Construction Documents 2024 08 07"" that must be completed in its entirety and signed.��Failure to complete this document in a timely manner does not warrant any request for an extension to the Proposal Due Date.� The document must be sent to paul.murphy@gsa.gov�before access to these PBS/GSA documents are provided. Additionally, the Department of Homeland Security, U.S. Customs and Border Protection, Facilities Management and Engineering Field Operations, Facilities Program Management Office, Non-Disclosure Agreement.� See ""6. CBP Non-Disclosure Agreement Form 2024 10 04"" that must be completed in its entirety and signed.� This document must be sent to lawrence.a.comiskey@cbp.dhs.gov AND a copy sent to paul.murphy@gsa.gov before access to CBP Documents are provided. A PRE-PROPOSAL CONFERENCE is scheduled for Thursday, October 10, 2024, at 10:00 PM EST.� A letter is attached to this solicitation ""7. Pre-Proposal Conference 2024 10 04"". A PRE-PROPOSAL SITE VISIT is scheduled for�Thursday, October 17, 2024, at 01:00 PM EST.��A letter is attached to this solicitation ""8. Pre-Proposal Site Visit 2024 10 04"". There are 71 attachments to this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0bb8281a496f428ab639e2e86d85bfea/view)
 
Place of Performance
Address: Houlton, ME 04730, USA
Zip Code: 04730
Country: USA
 
Record
SN07233756-F 20241006/241004230107 (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 |
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.