North Dakota Bids > Bid Detail

D-B - Dunseith, ND Land Port of Entry info alert Note: There have been new actions to this contract opportunity. To view the most recent action, please click here .

Agency: GENERAL SERVICES ADMINISTRATION
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159331106763932
Posted Date: Dec 6, 2022
Due Date: Dec 20, 2022
Solicitation No: Dunseith
Source: https://sam.gov/opp/737d1310d6...
Follow
D-B - Dunseith, ND Land Port of Entry
info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here .

Active
Contract Opportunity
Notice ID
Dunseith
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R8
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 (Updated)
  • All Dates/Times are: (UTC-07:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Updated Published Date: Dec 06, 2022 03:12 pm MST
  • Original Published Date: Feb 25, 2022 08:55 am MST
  • Updated Response Date: Dec 20, 2022 04:00 pm MST
  • Original Response Date: Mar 30, 2022 01:00 pm MDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 21, 2022
  • Original Inactive Date: Apr 15, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    Dunseith , ND 58329
    USA
Description

THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERORS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITING OFFERS.



The General Services Administration (GSA), Public Buildings Service (PBS), Region 8, Office of Design and Construction is conducting a market survey and is seeking competent and qualified construction firms to provide Design-Build (D-B) services for the design and construction of a new Land Port of Entry (LPOE) complex in Dunseith, North Dakota.



GSA is seeking highly qualified firms with D-B experience in the following; 1) design and construction of buildings in remote locations, and 2) comprehensive site planning. See the Capability Statement section below for more information regarding experience.



The magnitude of construction is estimated to be more than $50,000,000.



GENERAL SCOPE OF SERVICES



This project will deliver a new Land Port of Entry (LPOE) complex to replace the existing LPOE in Dunseith, North Dakota. Programming for the new LPOE will expand its functionality by aligning inspection facilities with traffic flow.



The project site is currently 8 acres with the plan to acquire an additional 2.71 acres of land and is located at 10098 Highway 281 Dunseith, ND 58329-9429 approximately 13 miles north of the town Dunseith County of Roulette, at the juncture of U.S. Highway 281 and the U.S. Canada international border.



The existing LPOE is obsolete and cannot accommodate modern inspection facilities and border security technologies. The existing facility is undersized, causing dangerous traffic back-ups and congestion at peak hours, exacerbated by tourists who patronize the International Peace Gardens. When completed, the new LPOE will provide adequate operational space, reduced traffic congestion, and safe conditions for employees and travelers.



Built in 1961 of wood frame and brick veneer construction in a non-classical design, the Facility consists of the Main Port Building, a secondary inspection building, residential office building, cold storage building, a leased modular trailer. Three residential units were originally constructed to provide quality office space, workspace, and living quarters for the Department of Homeland Security personnel, the units have since been removed and the facility now provides office and workspace for the agency. This special purpose facility includes a wide variety of space types (administrative space, commercial vehicle inspection areas, interview rooms, computer rooms, storage) critical to the performance of the occupying agencies. U.S. Customs and Border Protection (CBP) occupies approximately 12,000 gross square feet, GSA Operations and Maintenance occupies approximately 1,500 gross square feet of federally owned enclosed building area. Buildings located on the facility were determined historically ineligible. The United States Department of Agriculture – Animal and Plant Health Inspection Service (APHIS) occupies a 500 square foot leased modular trailer.



Dunseith LPOE Inspection Facility operates 7 days a week, 24 hours a day, to inspect commercial and noncommercial traffic. The port is one of five inspection facilities that stretch along the central portion of North Dakota. This region includes Bottineau, Rolette, and Towner Counties. The port inspects privately owned vehicles (POVs), commercial vehicles, and buses. In 2019 (Pre-Pandemic), 52,379 POVs, 25,268 trucks, and 188 bus primary inspections occurred at the port for the year. The POV traffic at the Dunseith LPOE Inspection Facility is mostly tourist traffic destined for the International Peace Garden (IPG), which straddles the U.S. and Canadian borders at the inspection facilities. Because of the location of the IPG, U.S. visitors to the garden must return through the Dunseith LPOE Inspection Facility. As the only commercial inspection facility located in north-central North Dakota, the facility receives most of the truck traffic in the region. Bus traffic consists of local school buses, sports teams, and tour buses. Tour buses make up most of the buses and originate in Manitoba, typically destined for the International Peace Garden and casinos in Belcourt, North Dakota.



This LPOE was designed to provide trade and travel facilitation and was not built for today’s national security mission, trade and travel volumes, or other threats. Improvements at ports of entry will increase processing capacity and enhance security and facilitate trade and travel volumes to the United States. Specifically, investments in modernizing infrastructure enable the CBP to expand new drive-through technologies to rapidly facilitate trade through the ports and into the commerce of the United States. These investments will put CBP in a better position to detect high-risk activity through intelligence, targeting, and risk analysis; deter non-compliance with trade laws; and disrupt fraudulent behavior through punitive and compensatory actions and suspension and debarment. Updated facilities allow for market expansion by removing barriers of entry into the U.S. economy while also combatting unsafe products, Intellectual Property Rights violations, and other predatory trade practices.



The primary objectives of this project are to construct new buildings for CBP while keeping the Port operational during construction, meet current and forecasted mission needs and in accordance with the LPOE 2018 Design Standard and 2021 PBS P-100 baseline. The projects minimum target is LEED Gold Certification with the Goal of Platinum, NetZero Ready with the goal of NetZero.



PROCUREMENT



The GSA anticipates executing this requirement using the Design-Build (D-B) delivery method.



An award is anticipated during the month of November 2024 with design services commencing shortly after. Substantial completion is anticipated in November of 2028. Dates are estimates and are subject to change.



The North American Industry Classification System (NAICS) code for this procurement will be 236220 – Commercial and Institutional Building Construction. The Small Business Size Standard is $39.5 million.



CAPABILITY STATEMENT



Respondents capable of performing the above services shall provide a general capabilities statement no more than 10 pages in length. Capabilities statements shall include the following information:



Criteria 1: provide company name, DUNS number, company address, point of contact name, phone number, and email.



Criteria 2: provide company business size based on NAICS code 536220 for Commercial and Institutional Building Construction. Also provide the business type (i.e. Large Business, Small business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners, and/or potential teaming partners.



Criteria 3: A positive statement of your intention to propose as a prime contractor on any solicitation that may be released as a result of this sources sought notice.



Criteria 4: Demonstration of successful performance of no more than two (2) D-B Projects performed within the last ten (10) years that are of comparable size, complexity, and scope to the Dunseith Land Port of Entry scope described above. To demonstrate comparable size, complexity and scope, interested respondents shall address the following in each of its two D-B Projects:




  • Project name and contract number.

  • Project owner.

  • Total contract dollar value at initial contract award.

  • Describe experience with design and construction of facilities in remote locations, i.e. construction of buildings at locations located at least 100 miles away from a densely populated area.

  • Describe experience with comprehensive site planning, including but not limited to, design and construction of site utilities, storm drainage, grading, commercial buildings, highways, roads, sidewalks, parking, lighting, security, and landscaping.

  • Describe specific technical skills and the key personnel your company possess to perform the work described above

  • Provide a statement confirming the contract delivery method was D-B.

  • Provide a statement regarding bonding capabilities.



Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-4) as stated above. All responses shall be submitted to Rhonda Widick at rhonda.widick@gsa.gov no later than 1:00 PM, MST, Wednesday, March 30, 2022. Please reference “D-B – Dunseith, ND Land Port of Entry” in the subject field of any email response.



This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer’s decision will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award, all interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.




Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION W 6TH AVE&KIPLING STREET
  • LAKEWOOD , CO 80225
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >