Federal Contract Opportunity

Last Updated on 25 Jun 2025 at 7 PM
Solicitation
Santa teresa New mexico

Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM

Details

Solicitation ID 47PH0825R0007
Posted Date 25 Jun 2025 at 7 PM
Response Date 11 Jul 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Pbs R7 Prog Support - Capital And Idiq
Agency General Services Administration
Location Santa teresa New mexico United states 88008

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ricoh Corporation

Charlotte Norcross Caldwell Rockville Minneapolis Lombard West caldwell Tustin Atlanta Arlington Pasadena Irvine Stamford Hillside Coppell San diego Philadelphia Alexandria

Sign up to access Documents

Signup now

PRE-SOLICITATION NOTICE

SOLICITATION NUMBER: 47PH0825R0007

This is a pre-solicitation notice and not a request for proposals. As such, vendors are not to send capability statements or other such documents.

TITLE OF PROJECT: Design Build Construction Services for the Santa Teresa Land Port of Entry  (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM.

DESCRIPTION OF PROPOSED WORK:  The U.S. General Services Administration (GSA) Greater Southwest Region, Acquisition Management Division, Capital Investment Program is seeking

Design Build Construction services for pavement repair or replacement at the Santa Teresa LPOE. Pavement replacement will require removal of existing concrete & base material and will include both surface reconstruction and complete reconstruction of depths between 10 and 13 inches.

The Contractor will be responsible to provide all labor, materials, transportation, supervision, and management to perform design and construction to address approximately 202,455 square feet (sf) of pavement designated for replacement and rehabilitation as it relates to the following:

  • Provide design and construction of localized pavement patching, repair and/or replacement where required.
  • Provide design and construction of temporary maintenance of pedestrian and vehicle traffic while construction is performed.
  • Provide design and construction for full pavement section, base and subgrade. This includes: repair/rehabilitation/reconstruction/replacement and demolition.
  • Provide drawings/photographs with sections and details as necessary for all parts of the area(s) to be repaired/rehabilitated/reconstructed and/or replaced.
  • Provide design and construction of utilities, if necessary, that may need to be relocated in localized areas as required. Some utilities may need to be relocated on new horizontal alignments and/or cased and/or placed deeper.
  • Provide crack/or sealant repair where required.
  • Provide design and construction of traffic control, lane closures, and construction phasing to allow for minimal disruption to LPOE mission/traffic.
  • The design build contractor is required to provide an Environmental Product Declaration (EPD) within 180 calendar days of contract award, for its Low Embodied Carbon concrete (LEC), asphalt, and steel that meets the Global Warming Potential (GWP) limits detailed in the Solicitation. See following link to Inflation Reduction Act (IRA) Low Embodied Carbon (LEC) Materials Requirements: https://www.gsa.gov/real-estate/gsa-properties/inflation-reduction-act/lec-program-details/material-requirements

This Santa Teresa LPOE BRIC project is a small business set-aside, NAICS code 237310 (Highway, Street, and Bridge Construction); the current small business size standard is $45 million. 

Award of any resulting procurement will be based on FAR Part 15 competitive proposals, using a best value trade-off methodology.  

GENERAL CONSTRUCTION REQUIREMENTS:  In accordance with FAR 36.204, disclosure of the magnitude of construction projects, the construction cost is estimated to be between $5,000,000 and $10,000,000.

LOCATION OF THE WORK:  Santa Teresa Land Port of Entry, 170 Pete Domenici Highway, Santa Teresa, NM 88008

THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE FOR AWARD TO SMALL BUSINESS FIRMS.  

TENTATIVE DATES: The solicitation will be issued on or about July 11, 2025. The proposal due date will be on or about August 11, 2025. The pre-proposal conference and/or site visit is tentatively scheduled for July 15th and 16th, respectively. Further information will be posted as part of the Solicitation package. However, please see the note below.

IMPORTANT: All offerors who would like to attend the pre-proposal conference and site visit will need to email the individual names, Company names, email addresses and phone numbers to [email protected] of those planning on attending to receive a meeting invite to the meeting. Those that are interested in attending the site-walk at the Santa Teresa LPOE, will have to also provide, Date of Birth, last four of your social security number, Driver’s License number and state issued, of the individuals that are attending the site-walk. The additional information provided will be submitted to Customs and Border Protection (CBP) to run a background check. This is required as the meeting will be on an active Border Crossing. Once the clearance is approved and final, the individuals will receive an email with the additional information to attend the meeting. Please arrive early as you will have to go through a security checkpoint to be escorted to the meeting room. No walk-ins without an invitation will be permitted to attend the site visit. The maximum number of attendees for a company is three (3). Offerors must submit the request no later than 48hrs prior to the scheduled Site Visit (tentatively scheduled for July 16th).  Failure to submit on time will exclude you from the meeting and if you are not cleared by CBP you will not be allowed on-site.

Attendance at this conference is vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government.  Failure to attend this meeting may not be used as an excuse for omissions and miscalculations in offers.

Award is anticipated in September 2025. The total Period of Performance (POP) for this project is 335 calendar days from issuance of Notice to Proceed.

PROCEDURES FOR AWARD:  A solicitation will be issued requesting a written technical and price proposal.  The Government will make award to the responsible offeror whose proposal conforms to the solicitation and is most advantageous to the Government, non-cost (technical) factors and cost/price considered. For this solicitation, the technical factors are significantly more important than cost or price. However, as proposal become more equal in their technical merit, the evaluated cost or price becomes more important.

The Government intends to evaluate each proposal for technical acceptability based upon the three following non-cost factors:

  1. Experience on Similar Projects
  2. Past Performance on Similar Projects
  3. Technical and Management Approach

It is the Government intention to award without discussions, but if determined necessary, the Government reserves the right to hold discussions.

PLAN AVAILABILITY:   The solicitation will be available for electronic download at no charge from SAM.gov website under Contracting Opportunities. 

AMENDMENTS TO SOLICITATION:  It is the offeror's responsibility to monitor SAM.gov for the release of any amendments.

BONDING:  A bid bond is required as well as payment and performance bonds. 

SECURITY:  Before employees are allowed to work under the anticipated contract, all personnel are required to pass a security check.  Specific security requirements will be contained in the solicitation. 

FUNDS AVAILABILITY:  Funds are not presently available for this contract. The Government’s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government arises until award of the contract.

ELIGIBLE OFFERORS:  All responsible small business firms may submit a proposal which shall be considered by the agency. All prospective offerors are also required to use the System for Award Management at SAM.gov for registering their firm and completing representations and certifications. 

Prospective offerors shall review the solicitation in detail when it becomes available on www.sam.gov, as items described herein may change.