Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM

SOL #: 47PH0825R0007Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH CENTRAL
Washington, DC, 20405, United States

Place of Performance

Santa Teresa, NM

NAICS

Highway (237310)

PSC

Repair Or Alteration Of Highways/Roads/Streets/Bridges/Railways (Z2LB)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jun 25, 2025
2
Last Updated
Feb 27, 2026
3
Submission Deadline
Feb 6, 2026, 6:00 PM

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) 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 pavement repair or replacement across approximately 202,455 square feet. This is a Total Small Business Set-Aside with an estimated value between $5,000,000 and $10,000,000. Proposals are due by February 6, 2026, at 12:00 p.m. Central Time.

Scope of Work

The contractor will provide comprehensive design and construction services for pavement repair and replacement at the Santa Teresa LPOE. This includes removal of existing concrete and base material, surface reconstruction, and complete reconstruction of depths between 10 and 13 inches. Specific tasks involve localized pavement patching, temporary maintenance of pedestrian and vehicle traffic, full pavement section design and construction (including base and subgrade), utility relocation, crack/sealant repair, and traffic control/phasing to minimize disruption to LPOE operations. The project must maintain full operations and current throughputs for all Port agencies throughout construction.

Contract Details

This is a Firm-Fixed-Price Design-Build contract. The estimated construction cost ranges from $5,000,000 to $10,000,000. The period of performance requires Substantial Completion within 335 calendar days from the design Notice to Proceed (NTP), with Contract Completion within 30 days of Substantial Completion. Liquidated damages of $1,005.78 per calendar day apply for delays. A bid bond, as well as payment and performance bonds, are required. The NAICS code is 237310 (Highway, Street, and Bridge Construction) with a $45 million small business size standard.

Key Requirements

The Design-Build Contractor must provide a qualified team including a 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. Compliance with GSA's 2025 PBS Core Building Standards and ABAAS is mandatory. The contractor must utilize GSA's Project Management Information System (PMIS) Kahua for all project documentation, submittals, and reporting. Personnel requiring site access will undergo security checks (HSPD-12). Detailed plans for project management, quality assurance/control, safety and health, waste management, and CPM scheduling are required. The solicitation includes options for additional construction scope, such as various roadway and parking improvements.

Evaluation & Submission

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, becoming more important as technical merit equalizes. Non-price evaluation factors include Past Performance (40%), Experience (40%), and Technical and Management Approach (20%). Proposals are due by February 6, 2026, at 12:00 p.m. Central Time. A virtual pre-proposal conference and site visit were held on January 7, 2026; attendance required prior registration and background checks. Offerors must monitor SAM.gov for amendments.

Important Notes

Offerors must submit a Past Performance Questionnaire and GSA Form 527 (Contractor's Qualifications and Financial Information). Prevailing wage rates (NM20250035, NM20250039) apply. Funds availability is subject to appropriation. The primary point of contact is Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839.

People

Points of Contact

Ashley C. MorganPRIMARY
Dannie CrowderSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 12
Solicitation
Posted: Feb 27, 2026
View
Version 11Viewing
Solicitation
Posted: Jan 29, 2026
Version 10
Solicitation
Posted: Jan 16, 2026
View
Version 9
Solicitation
Posted: Jan 9, 2026
View
Version 8
Solicitation
Posted: Dec 30, 2025
View
Version 7
Solicitation
Posted: Dec 12, 2025
View
Version 6
Pre-Solicitation
Posted: Dec 11, 2025
View
Version 5
Pre-Solicitation
Posted: Dec 11, 2025
View
Version 4
Pre-Solicitation
Posted: Oct 14, 2025
View
Version 3
Pre-Solicitation
Posted: Oct 14, 2025
View
Version 2
Pre-Solicitation
Posted: Jul 11, 2025
View
Version 1
Pre-Solicitation
Posted: Jun 25, 2025
View