Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2025 SAM #8774
SOLICITATION NOTICE

Y -- Border Patrol Station-Freer, Texas

Notice Date
12/2/2025 1:25:02 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
W076 ENDIST FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G26RA041
 
Response Due
1/15/2026 12:00:00 PM
 
Archive Date
01/30/2026
 
Point of Contact
Patricia Dickson, Phone: 8178861095, Nicholas Johnston, Phone: 8178861006
 
E-Mail Address
patricia.l.dickson@usace.army.mil, nicholas.i.johnston@usace.army.mil
(patricia.l.dickson@usace.army.mil, nicholas.i.johnston@usace.army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This announcement will be an unrestricted acquisition to design and construct a new Border Patrol Station in Freer, Texas, resulting in a competitive, Firm-Fixed Price, Design-Build contract. The North American Industry Classification System code (NAICS) for this procurement is 236220-Commercial and Institutional Building Construction which has a small business size standard of $45 Million. The Product Service Code is Y1JZ � Construction of Miscellaneous Buildings Magnitude of Construction is between $25,000,000 and $100,000,000. The solicitation (Phase 1) is anticipated to be issued on or about December 17, 2025, and proposals due on or about January 16, 2026. The contract is anticipated to be awarded on or about July 2026. Project Scope: This complex project with options is to construct a new 125 agent border patrol station on a new 30 acre site that may include the following: 25,000 sq. ft. administration/ training/ processing/ holding facility, 3 bay vehicle maintenance facility, facility maintenance / admin facility, 8 run short stay kennel, two 12,000 gallon above ground fueling station, 2 bay vehicle wash, 140 ft. antenna tower, 257 vehicle parking area, septic system, and electric/ water utilities. Specifics rooms within each facility identified for communications and security shall be turned over 60 days prior to Beneficial Occupancy Date (BOD). Additionally, coordination and installation of site electrical power is the contractor responsibility. Contractor is responsible for obtaining all permits related to water well, septic system, fueling system, antenna tower, and highway. Furniture and equipment will be provided for all areas as required by the design. Appropriate site stripping, site signage and lighting will be provided in accordance with Texas Department of Transportation and design requirements. Border Patrol security and communications standards will be utilized throughout site layout to include local and remote cameras, network video recorders (NVR), secure access readers (U.S. Government Personnel Identification Verification card readers), radio communication equipment, and data/telephone equipment. The contractor must understand Homeland Security Presidential Directive 12 (HSPD-12) card access requirements as it pertains to physical access control systems. Also, the contractor must understand the permitting process for antenna towers, fueling systems, water wells, and state/federal highways. This solicitation will be evaluated under the Two-Phase Design Build Process in accordance with FAR 36.3-Two- Phase Design-Build Selection Procedures. In Phase 1, interested firms or joint venture entities (referred to as ""Offerors"") will submit a proposal demonstrating their past performance and capability to successfully execute this requirement. The Government will evaluate the performance capacity in accordance with the criteria described in the Phase 1 solicitation and intends to select no more than FIVE (5) of the Phase 1 offerors to compete in Phase 2. In Phase 2, the selected offerors will submit a technical proposal and a price proposal. The Government will evaluate the Phase 2 proposals, in accordance with the criteria described for Phase 2 in the solicitation, and award the contract to the responsible offeror, whose proposal conforms with all the terms and conditions of the solicitation and whose proposal are determined to represent the overall ""best value"" to the Government, considering all technical and non-technical factors including cost or price identified under Phases 1 and 2. Anticipated project completion is 730 calendar days from Notice to Proceed. To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. Register via the SAM Internet site at https://sam.gov/. No state level certifications will be accepted. After solicitation issuance, contractors may view and/or download this solicitation and all amendments at the following internet address: https://sam.gov/. The use of the website requires prior registration at https://sam.gov/. Plans and specifications will not be made available at https://sam.gov/ at issuance of solicitation. It is the Offerors responsibility to monitor the https://sam.gov/ web site for amendments to the solicitation. You must be registered with the System Award for Management (SAM), to receive a Government contract award. Access: A �SPRS Cyber Vendor User� role is required to enter Basic Assessment information. Step-by-step PIEE Access Instructions can be found here (copy and paste link into your browser) https://www.sprs.csd.disa.mil/pdf/SPRS_Access_Instructions.pdf This solicitation and receipt of all proposals will be submitted through the Solicitation Module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil/ There are 5 general steps a vendor must follow in order to use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5 For instructions on how to post an offer, please refer to the Posting Offer demo: https://pieetraining.eb.mil/wbt/sol/Posting_Offer.pdf The Government reserves the right to use only the Internet as notification of any amendments to this solicitation. It is the offerors responsibility to view https://sam.gov/ Website daily for amendments to the solicitation. Accordingly, prospective contractors may view and/or download the solicitation and all amendments from the https://sam.gov/ website solicitation number W9126G26RA041. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/42f3190505f64956b836873d5cc56f61/view)
 
Place of Performance
Address: Freer, TX 78357, USA
Zip Code: 78357
Country: USA
 
Record
SN07654971-F 20251204/251202230037 (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.