Raul Hector Castro Douglas AZ Land Port of Entry Design-Build
General Information
Document Type: Sources Sought Notice
Solicitation Number: 47PK0125R0002
Posted Date: 4/17/2025
Response Date: 5/01/2025
Classification Code: Y1AZ – CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
NAICS Code: 236220 -- Commercial and Institutional Building Construction
Small Business Size Standard - $45M
Contracting Office Address
General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Management Division, 50 United Nations Plaza, 3rd Flr. San Francisco, CA 94102-3434.
Description
The General Services Administration (GSA) is seeking sources with current relevant qualifications, experience, personnel, and capability to perform as the Design-Build (DB) Contractor for the construction of the Raul Hector Castro (RHC) Land Port of Entry (LPOE), located at 15 Pan American Ave, Douglas, AZ 85607.
The existing RHC LPOE in Douglas, Arizona, is a full-service, multi-modal port that inspects Privately Owned Vehicles (POV), pedestrians (PED), and commercially owned vehicles (COV). The southeastern Arizona border town of Douglas is located across the Mexican border from Ciudad Agua Prieta, Sonora. The LPOE at Douglas has been operating since 1914. The current facilities at the RHC LPOE no longer function adequately given the site constraints, steady increase in traffic, and outdated facilities and technologies. The interaction between COV, POV, and pedestrian traffic is a significant concern at the existing LPOE as inadequate pathways and separations between traffic types causes safety and security issues for Customs and Border Protection (CBP) officers and the public. As downtown Douglas is located directly north of the LPOE, congestion in outbound traffic directly impacts flows through the city.
With support from the Cities of Douglas and Agua Prieta, the final decision was made to build a new Standalone Commercial Port west of Douglas and to expand and modernize the existing RHC LPOE as a non-commercial facility. Line and Space has been contracted by the U.S.
General Services Administration (GSA) to develop a Master Plan and Bridging Documents for the Expansion & Modernization of the RHC Non- Commercial LPOE based on the November 2019 Feasibility Study, and updated requested scope adjustments/changes from CBP.
The 2019 Feasibility Study Master Plan assumed that the new Douglas Standalone Commercial LPOE would be completed before construction could begin on the RHC Non-Commercial Port. Since funding for the RHC Port Expansion and Modernization project has become available, this project explores options for the construction/modernization of the RHC Non-Commercial facilities simultaneously with the construction of the New Standalone Commercial Port. The Final Environmental Impact Statement (EIS) required by the EPA’s National Environmental Protection Act (NEPA) was issued on 04/24/24 and due to additional requirement for additional land for drainage and storm water retention, a Supplemental Environmental Impact Statement (SEIS) is currently in progress.
The project includes the demolition and modernization of the existing facilities, the expansion of the Port to the west and north of the existing site, while maintaining continuous operation of commercial and non- commercial inspection activities during construction. Through the master planning process, substantial consideration was given to re-purposing of the existing Historic Main Building and Historic Garage, however, the decision was made that this option would greatly impede the CBP mission and operations at the Port, therefore the historic structures will be demolished for the new construction. GSA is currently engaged in the Section 106 process with the Arizona State Historic Preservation Office (SHPO) and the consulting parties to complete all final agreements and mitigation measures required.
The Preliminary Concept Design documents are scheduled to be completed by June 2025. Per GSAM 536.204 Disclosure of the magnitude of construction projects, the estimated design and construction cost is estimated to be between $200M - $300M.
GSA plans to issue a “Best Value” Request for Proposal (RFP) which will utilize source selection procedures in accordance with FAR Part 15. The selection procedure will employ tradeoffs where technical/management factors are significantly more important than price and price related factors. Following the issuance and evaluation of the RFP, GSA intends to award a Firm Fixed Price (FFP) contract consisting of Design-Build Phase Services. The current GSA project schedule assumes a design-build phase award of January 2026.
The project construction duration is approximately 46 months.
BY THIS POSTING, GSA WOULD LIKE TO BEGIN EARLY EXCHANGES WITH INDUSTRY. All interested parties should submit a capabilities package to include business classification (i.e. 8(a), Joint Venture, SDVOSB, HUBZone, etc.), as well as examples two (2) to three (3) Design-Build projects completed within the last ten (10) years that included similar scope of work as specified under this project, including large commercial projects of 100,000 GSF or larger; where project scope included: demolition of existing facilities and temporary space to maintain operations during construction phases, with design and construction costs between $200M - $300M. Responses should be kept to a maximum of 10 digital pages total.
Please include information on bonding capacity - per contract, and aggregate, as well as proof of active SBA Certification (if applicable) and SAM Registration.
This posting serves only as an invitation to express interest for those in the construction marketplace who are capable of performing the anticipated work. Please note that the Government will not compensate any respondents for information provided during these exchanges. Interested parties shall not contact the Architect or their associated Consultants without specific authorization by the contracting officer.
Acquisition Gateway Listing ID# PBS_R09_FY250019
Point of Contact
Daniel R. Ramirez, Contracting Officer, Email: daniel.ramirez@gsa.gov
Place of Performance
15 Pan American Ave, Douglas, AZ 85607
RHC LOPE Sources Sought Questions and Answers 4.21.2025
- Since the project is design-build, should some of the 10 pages include experience of the design team or is the response mainly about the builder’s capabilities?
- GSA Response: At this time the Design-Build experience primarily being considered is for the builder as the Prime.
- Is the response sent to your email or is a portal or repository of some type required to submit?
- GSA Response: Please provide responses by email to daniel.ramirez@gsa.gov. Responses are due by 3:00 PM Pacific Time on 5/01/2025.
- Is a letter from our Bonding company required or just our bonding capacity and aggregate per project?
- GSA Response: A letter from the Bonding company may be provided, but it is not required. However, the Prime’s bonding capacity - per contract, and aggregate should be clearly stated in the response.
4.23.2025
- Will this project require Buy America Act or Build America, Buy America Act?
GSA Response: Yes, FAR Clause 52.225-11 Buy American-Construction Materials under Trade Agreements will be included and applicable.