New York Bids > Bid Detail

New Land Port of Entry Facility Rouses Point, New York

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159892564339278
Posted Date: Nov 16, 2022
Due Date: Dec 7, 2022
Solicitation No: 47PC0323N0001
Source: https://sam.gov/opp/b2285ab75a...
Follow
New Land Port of Entry Facility Rouses Point, New York
Active
Contract Opportunity
Notice ID
47PC0323N0001
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R2 CAPITAL CONSTRUCTION BRANCH
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 16, 2022 09:58 am EST
  • Original Response Date: Dec 07, 2022 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Rouses Point , NY 12979
    USA
Description

Description



THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. This notice DOES NOT constitute a request for offers or proposals, nor does it represent any commitment by the Government. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received as a result of this announcement.



This is a Sources Sought Synopsis in accordance with FAR Part 10, Market Research. This is for planning purposes only and there is no additional solicitation information available at this time.





General Information



The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region is seeking a qualified General Contractor (GC) who can provide full construction services for a New U.S. Land Port of Entry (LPOE) located at Rouses Point, New York.



A LPOE is planned to be constructed at the United States/Canada border along New York State Route 11 in Rouses Point, New York. The new facility will replace the existing LPOE in Rouses Point, which is south of the border on NYS Route 11.



The GC will be selected through a procurement method developed in accordance with FAR Part 15.1 – Source Selection Processes and Techniques, using Best Value -Trade Off Method. The Government must ensure that there is adequate capability, experience and competition among the potential pool of responsible contractors.



This procurement will be conducted under North American Industry Classification System (NAICS) Code 236220--Commercial and Institutional Building Construction. The Small Business size standard is an average annual sales and receipts for the past three years that are equal to or less than $39,500,000.



GSA anticipates the award of a GC contract at a firm-fixed price. This award is subject to the availability of funds.



The period of performance will be approximately eighteen (18) months. The magnitude of construction for this project is between $25,000,000 and $35,000,000. Notice to Proceed for construction is anticipated to be issued in December, 2023.





Scope Summary



The project scope includes construction of a new LPOE which meets updated Department of Homeland Security requirements. The LPOE includes construction of a railway platform system for international Amtrak passenger inspection by CBP. The rail platform and its connection to the main LPOE building may require construction on railroad property under an easement to the GSA, with construction immediately adjacent to an operating freight and passenger railroad. Construction requirements are also expected to include commercial and non-commercial vehicle inspection facilities on or adjacent to the NYS Department of Transportation (NYS DOT) Route 11 Right of Way. The project scope includes construction of an approximately 10,000 square feet main LPOE building.





Site work will include the establishment of final grades and construction of pedestrian and vehicular roadways, paths, and parking; including drainage structures, markings, site lighting, safety features, and vehicle inspection lane technology equipment. Utilities will be extended from their current service endpoints to the proposed new LPOE location, or alternate means as identified by the project design. All construction will occur within a NYS Department of Environmental Conservation (NYS DEC) and Federally Regulated Wetland, and will include Wetland restoration and impacts mitigation in accordance with State and Federal permit requirements. The construction contractor will be required to obtain all necessary permits and approvals from authorities having jurisdiction including but not limited to NYS DEC, US Army Corps of Engineers, Utility service providers, NYS DOT, and affected Railroads.



Sustainability objectives for this planned LEED Gold Certified LPOE include geothermal based heating and cooling as part of a net-zero ready facility. The project will also strive to minimize (to the extent possible) embodied and operational carbon and minimize ecological impacts to the Wetland.





Responses



If you are an interested general contractor, you are invited to submit a written Letter of Interest to include a Capability Statement addressing the following information (five page limit). All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess the likelihood of your firm’s capability to perform this project.





1) Name of your company, Unique Entity Identifier (UEID), address, point of contact with phone number and email address, and website (if available).





2) Provide your company’s business size for the assigned NAICS code, which can be located at the Small Business Administration (SBA) website; www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business.





3) Organization chart to include the construction team.





4) Capabilities and experience with Federal or similar projects for new construction valued at or above $15M. Interested contractors should have experience in building construction, site development, and utilities construction on an environmentally sensitive site. Project experience working on a NYS DOT Right of Way, on or adjacent to an operating railroad, or within a NYS DEC or Federally Regulated Wetlands will be helpful. Submitted references should highlight relevant construction projects within the past ten (10) years.






  • Provide a minimum of two successful project examples that demonstrate experience delivering construction services as the general contractor for projects similar in size and scope to this project. Project examples showing experience as a construction manager or similar consulting role will not be considered as relevant general contractor experience.






  • Provide the following information for each example: project description, schedule, safety record, scope of construction services; price or budget at award; and final contract value after adjustments. Indicate whether liquidated damages were assessed due to late completion. GSA highly recommends that pictures be submitted with each example to demonstrate before and after conditions.





5) State your company's bonding capability.





6) If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each.





Submission Instructions: Responses should be submitted by 4:00PM EST on December 7,2022 to Claudia Rivera, Contracting Officer, at claudia.rivera@gsa.gov. All responses must be submitted via email. No paper submissions will be accepted.





For informational purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission.





Note: Each response will be reviewed by the Contracting Officer for the purpose of determining interest and qualifications in performing the work as listed above. All information furnished to the Government in response to this notice will be used for review purposes only. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government’s evaluation of the information received. Incomplete responses will not be considered in determining market availability.




Attachments/Links
Contact Information
Contracting Office Address
  • ONE WORLD TRADE CENTER
  • NEW YORK , NY 10007
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 16, 2022 09:58 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >