Design-Build Construction of the Border Patrol Station (BPS) Complex for Customs and Border Protection located near Freer, TX
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Updated)
- Updated Published Date: Nov 15, 2022 03:17 pm CST
- Original Published Date: Nov 08, 2022 07:28 pm CST
- Updated Response Date: Nov 24, 2022 10:00 am CST
- Original Response Date: Nov 24, 2022 10:00 am CST
- Inactive Policy: Manual
- Updated Inactive Date: Nov 30, 2022
- Original Inactive Date: Nov 30, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Y1JZ - CONSTRUCTION OF MISCELLANEOUS BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Freer , TX 78357USA
Description
The U.S. Army Corps of Engineers (USACE) Interagency and International Services (IIS) Fort Worth District (SWF) is seeking contractors with the capability to provide design-build construction services for the design-build construction of a Border Patrol Station (BPS) Complex for Customs and Border Protection in Freer, TX.
The project will provide a new border patrol complex that consists of a main administrative border patrol building with capability for 125 agents and future expandability to 175 agents. The new facility will provide office space, storage space, weapons and ammunition storage, muster area, locker rooms, exercise facility, processing / holding area, sally port, training area and furniture, fixtures and equipment. Within the building there is a Command & Control Center (C2) pod with C2 workstations. The project also includes a Vehicle Maintenance Facility, ATV shed facility, outdoor firing range, a carwash facility, equestrian facilities, and a heliport facility, a communications tower, security systems, including CCTV, access control, intrusion detection and alarm notification, a parking area lot, a short-stay kennel, and an above-ground fueling island. The project also includes all necessary site features, including clearing, grubbing, grading, landscaping, permitting, utilities and septic systems.
General Information:
Type of Set-Aside: None – This is a Full and Open procurement.
The North American Industrial Classification System (NAICS) code for work performed under this contract is 236220 – Commercial and Institutional Building Construction, which has a small business size standard of $39.5 Million in average annual receipts.
The estimated cost of construction is between $25,000,000 and $100,000,000
Solicitation Issue Date: Anticipated to be issued late November 2022/early December 2022.
Proposal Due Date: Anticipated thirty (30) days after solicitation posting date for Phase One.
The solicitation will follow the Two-Phase Design Build Selection Procedures using the Best Value Trade Off process. In Phase One, interested firms or joint venture entities (referred to as “Offerors”) shall submit specified performance capability proposals to demonstrate their capability to successfully execute the requirement. The Government will evaluate proposals in accordance with the Phase One evaluation criteria to determine which offerors will submit proposals for Phase Two. The Government intends to select the most highly qualified offerors to submit Phase Two proposals. In Phase Two, the Government will evaluate proposals in accordance with the Phase Two evaluation criteria with intent to award a firm-fixed price contract. The solicitation and evaluation process will be conducted in accordance with FAR Part 15 and FAR Subpart 36.3. No public bid opening procedures are applicable for this solicitation. This contract will be administered by USACE SWF and will have a total period of performance of 730 days from the day of award.
The wages and benefits of service employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Davis-Bacon Act.
The solicitation package, materials, documents, drawings, specifications, and/or any attachments to the anticipated solicitation will be available electronically only via sam.gov and the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module which is free of charge. Hard copy documents will NOT be supplied by the Government to any interested parties as a result of this presolicitation notice or the upcoming solicitation. It is the offeror’s responsibility to monitor sam.gov and the PIEE website for any amendments issued to the solicitation. Please note: the Government will not be maintaining a bidder list during the solicitation period. However, vendors are strongly encouraged to review the “Interested Vendors List” found on sam.gov for this requirement.
In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) prior to award. Offerors are strongly encouraged to register in SAM prior to submission of proposals for Phase One. Contractors can access SAM free of charge at www.sam.gov.
Attachments/Links
Contact Information
Contracting Office Address
- 819 TAYLOR STREET
- FORT WORTH , TX 76102-0000
- USA
Primary Point of Contact
- ABIGAIL HOEPPNER
- abigail.hoeppner@usace.army.mil
Secondary Point of Contact
- Scott Rinehart
- jason.s.rinehart@usace.army.mil
History
- Nov 30, 2022 10:56 pm CSTPresolicitation (Updated)
- Nov 08, 2022 07:28 pm CSTPresolicitation (Original)