Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. General Services Administration (GSA) Public Buildings Service (PBS) is seeking Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project in Santa Teresa, NM. This project involves significant pavement repair and replacement. This is a Total Small Business Set-Aside with an estimated construction cost between $5,000,000 and $10,000,000. Proposals are due February 4, 2026, at 12:00 PM Central Time.
Project Overview
The GSA requires Design Build (DB) services for pavement repair or replacement across approximately 202,455 square feet at the Santa Teresa LPOE. The scope includes removal of existing concrete and base material, surface reconstruction, and complete reconstruction of depths between 10 and 13 inches. The project aims to improve the overall function of the Port by addressing deteriorating pavement.
Scope of Work
The selected contractor will be responsible for both design and construction, including:
- Localized pavement patching, repair, and replacement.
- Temporary maintenance of pedestrian and vehicle traffic during construction.
- Full pavement section design and construction (base and subgrade).
- Drawings/photographs with sections and details.
- Utility relocation, if necessary.
- Crack/sealant repair.
- Traffic control, lane closures, and construction phasing to minimize disruption to LPOE mission/traffic.
- Site-Building Investigations (surveys, geotechnical analysis, utility coordination).
- Design Stage Services through construction documents and phasing plans.
- Construction Stage services, including material installation, administration, progress photos, site security, and record keeping.
- Closeout & Turnover Stage (punch lists, O&M manuals, warranties, final record documents).
- The project must maintain full operations and current throughputs for all Port agencies throughout construction.
Contract Details
- Contract Type: Design-Build (DB), contemplated as Firm-Fixed-Price (FFP).
- Estimated Value: $5,000,000 - $10,000,000.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 237310 (Highway, Street, and Bridge Construction), $45 million size standard.
- Period of Performance: Substantial Completion within 335 calendar days from design Notice to Proceed (NTP). Contract Completion within 30 days of Substantial Completion.
- Liquidated Damages: $1,005.78 per calendar day for delays beyond substantial completion.
- Bonding: Bid bond, payment, and performance bonds are required. A bid guarantee of 20% of the bid price or $3,000,000 (whichever is less) is mandatory.
- Options: The contract includes eight potential construction options for additional scope, such as POV Primary Road, Commercial Import Dock Parking, and Joint Seal/Shoulder Hardening.
Key Requirements & Deliverables
- Experience: Offerors must demonstrate experience on similar projects exceeding $5,000,000 in total award costs, completed within the last eight years, involving design and construction of at least 100,000 SF of concrete pavement 8 inches or more in depth.
- Personnel: Required personnel include Project Executive, Senior Project Manager, Engineering Designers, Pre-Construction Manager, Quality Control Superintendent, Construction Superintendent, A/E Project Manager, Construction Supervisor, Construction Scheduler, and Safety Officer.
- Project Management: Mandatory use of GSA's Project Management Information System (PMIS), Kahua, for all documentation, submittals, and reporting. A detailed Critical Path Method (CPM) Project Schedule and a Site-Specific Construction Safety and Health Plan (CSHP) are required.
- Compliance: Adherence to 2025 PBS Core Building Standards, ABAAS, and updated Wage Determinations (NM20260035 and NM20260039, both dated 01/02/2026).
- Security: Personnel may require HSPD-12 suitability investigations and must comply with stringent security regulations for access to the active Border Crossing.
Submission & Evaluation
- Proposal Due Date: February 4, 2026, at 12:00 PM Central Time.
- Submission Method: Electronic submission via email to ashley.morgan@gsa.gov.
- Evaluation: Award will be based on FAR Part 15 competitive proposals using a best value trade-off methodology. Technical factors are significantly more important than cost/price.
- Non-Price Factors: Past Performance (40%), Experience (40%), Technical and Management Approach (20%).
- Required Submittals: Proposals must include a completed GSA Form 527 (Contractor's Qualifications and Financial Information), a Past Performance Questionnaire, and the updated Pricing Sheet (from Amendment 2).
Important Dates & Information
- Virtual Pre-proposal conference: January 7, 2026, at 11 a.m. Central Time.
- Site Visit: January 7, 2026, at 2:00 p.m. Central Time. (Registration required by December 19, 2025, including personal details for background checks).
- Amendments: Offerors are responsible for monitoring SAM.gov for all amendments. Amendment 2 (January 16, 2026) provided RFI responses, updated pricing sheet, GACA instructions, CUI notice, and revised wage determinations.
- Contact: Ashley C. Morgan (ashley.morgan@gsa.gov, (817) 223-9839).