The RFP Database
New business relationships start here

Madawaska Design Build Sources sought


Massachusetts, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE
New U.S. Land Port of Entry (LPOE) in
Madawaska, Maine


The U.S. General Services Administration (GSA), Public Buildings Service, Region 1 (New England), is conducting market research for the design and construction of a new Land Port of Entry (LPOE) in Madawaska, Maine. This project is defined as a New Construction project, using a collaborative Design-Build-Bridging approach that follows the GSA Design Excellence and Operational Excellence guidelines, the GSA Facilities Standards for the Public Buildings Service (P-100) 2018, U.S. CBP Land Port of Entry Design Standards (P-130) 2018, and meets U.S. Green Building Council LEED Gold. GSA has contracted with a Design Build- Bridging Architect who is the Owner's Design Consultant (ODC) and who will define the preliminary design and performance specifications through the equivalent of the Concept Phase and then produce the Bridging Contract Documents that must fully protect the design intent, quality and project budget.


In accordance with FAR Subpart 36.3, Two-Phase Design Build Selection Procedures, GSA intends to solicit to receive competitive Design Build (DB) fixed-priced proposals from a Design Build team who will complete the design, construction documents, and construction. GSA will contract directly with the general contractor who will subcontract with the Architect of Record. The integrated and comprehensive team will include all disciplines needed to develop the design submissions and the construction document package, such as architecture; mechanical, electrical, and plumbing system engineering; structural engineering; fire/life safety; landscaping, and others as required. ODC will provide observation and management services for GSA through the DB's Architect of Record design development, construction documents, and final construction completion and turnover. The overall goal of the ODC's Design and Construction Consulting Services is to inspect and monitor all work performed by the DB contractor to ensure compliance with contract requirements, including reviewing critical submittals, requests for information, and shop drawings for accuracy, completeness, and compliance with contract requirements and full intent of the Design Build Bridging Package. 


The new LPOE in Madawaska, Maine will replace the current 8,990 gross square feet, 1959 building situated on a 0.9 acre site that does not meet the U.S. Government's requirements. The current facility connects Madawaska, Maine with Edmundston, New Brunswick via the International Bridge, spanning the St. John River. The International Bridge is nearing the end of its useful life based on its current condition and functionality. As a result, the Maine Department of Transportation (MaineDOT) determined the need for a five ton posting of the bridge, restricting all commercial vehicles over five tons, including tractor-trailers, box trucks, buses, ambulances, and fire trucks, effective October 27, 2017. The bridge posting requires
all vehicles in excess of five tons to use neighboring LPOE's either at Fort Kent (20 miles South West) or at Van Buren (25 miles Southeast). This restriction has affected communities on both sides of the border, and limited the ability to provide ambulance and fire services to these border communities. The MaineDOT's construction of a new International Bridge at a new location requires GSA's simultaneous design and construction of the new LPOE. These two separate projects will result in a fully operational CBP LPOE upon completion and opening of the new International Bridge.


GSA's main goal is to provide a fully operational LPOE upon the completion and opening of the new Madawaska-Edmundston International Bridge before winter 2022/2023. The facility should be a long-lasting and durable asset. The project should encompass superior buildings and grounds with low maintenance and operating costs. The buildings and site should be functional, technologically efficient, and flexible while providing a welcoming gateway into and out of the United States. Building Information Modeling (BIM) will be used during the duration of the project as a means to ensure the integration of all aspects of the project. It is important to define the project within the context of the MaineDOT's design, engineering and construction of the new Madawaska-Edmundston International Bridge, and the Town Of Madawaska's water and sewer upgrade project.

For more information on the separate LPOE and bridge projects, please review the Draft
Supplemental Environmental Impact Statement (SEIS) listed below, along with the GSA's and MaineDOT's respective project websites.

DRAFT SEIS: https://www.gsa.gov/cdnstatic/New%20Madawaska%20LPOE%20and%20International%20Bri
dge%20Project%20DSEIS%2011-28-2018%20508%20compliant%20reduced.pdf


The GSA Project site: gsa.gov/madawaskalpoe


MaineDOT Project Site:(https://www.maine.gov/mdot/projects/madawaska/internationalbrg/) 

MaineDOT Draft Bridge Plans: https://www.maine.gov/tools/whatsnew/index.php?topic=DOT_projects&id=1166370&v=full-planholder-rfi-2016#undefined1 ;



This project will include the commissioning of one or more artists to create and install artwork as part of the GSA's Art in Architecture Program (AiA Program). The ODC lead designer, and the Design Build team - Architect of Record and the General Contractor are all required to actively participate in this portion of the project.


The current estimated construction cost range is $40,000,000 to $50,000,000. The estimated project duration for the DB Architect of Record's design development through construction documents is nine (9) months and construction is estimated at twenty-four (24) months.

Capability Statements:
Interested parties are invited to submit capability statements for market research purposes and acquisition strategy planning. These statements can be submitted via email to Erin Clark at erin.clark@gsa.gov. Capability statements are due on 07/20/19 at 4:30 pm ET.


At a minimum, capability statements should include:

1. Name of your company, address, point of contact with phone number and email
address, DUNS number.
2. Does your company have a current SAM.gov registration?
3. The North American Industry Classification System (NAICS) code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size
Standard is $36.5 million. In addition to the size of your business, please indicate any
other socioeconomic designations such as 8(a), Small Disadvantaged Business,
HUBZone Small Business, Service Disabled Veteran Owned Small Business, Small
Women-Owned Business, etc.
4. Company's capability or experience in performing a project of this size, scope,
complexity and duration, including multiple critical and international stakeholders.
Added constraints include a remote relocation with respect to access to labor and
subcontractor resources, materials and supplies.
5. Describe your company's experience with BIM and the Construction-Operations
Building Information Exchange, Building Automation Systems, and alternative or
renewable energy installations.
6. Describe your company's bonding capability.
7. If company is/will be part of a joint venture, state the names of joint venture members and their business size(s). If a joint venture, list a maximum of three (3) projects previously completed or currently working on as a team.
This notice does not constitute a solicitation, nor request for any proposal. This announcement is intended for planning purposes only. The acquisition strategy for this proposed project has not yet been completed. Response to this notice is strictly voluntary. The Government will not reimburse any party for costs incurred for marketing efforts.

DISCLOSURE NOTIFICATION AND PROCEDURES
Please do not submit proprietary information. Any information provided may be incorporated into the design of the project. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.


PLEASE NOTE: There is an Industry Day annoucement running concurrent with this sources sought.  The Industry day will allow vendors to have a live face to face with the GSA project team for this requirement, in addition to providing  a capabilties statement.  Please review solicitation 47PB0019N0001 for the full announcement.  

Erin K. Clark, Contract Specialist, Phone 6177559935, Email Erin.Clark@gsa.gov - Leo Osborne, Contract Specialist, Phone 6178943018, Email leo.osborne@gsa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP