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

SOL #: 47PH0825R0007Pre-Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS R7 PROG SUPPORT - CAPITAL AND IDIQ
FORT WORTH, TX, 76102, 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

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, 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 is a Total Small Business Set-Aside opportunity. The project involves significant pavement repair and replacement. Proposals are due by February 6, 2026, at 12:00 p.m. Central Time.

Scope of Work

The project requires design and construction services for pavement repair or replacement across approximately 202,455 square feet 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. Key tasks involve:

  • Design and construction of localized pavement patching, repair, and replacement.
  • Temporary maintenance of pedestrian and vehicle traffic during construction.
  • Full pavement section design and construction, including base and subgrade.
  • Design and construction of utilities, potentially requiring relocation.
  • Crack/sealant repair.
  • Implementation of traffic control, lane closures, and construction phasing to minimize disruption to LPOE mission/traffic, which must remain operational throughout the project.

Contract Details

This is a Firm-Fixed-Price Design-Build contract with an estimated construction cost between $5,000,000 and $10,000,000. The NAICS code is 237310 (Highway, Street, and Bridge Construction) with a $45 million small business size standard. Performance is expected to achieve substantial completion within 335 calendar days from the design Notice to Proceed, with liquidated damages of $1,005.78 per day for delays. A bid bond, as well as payment and performance bonds, are required. The contract includes options for additional construction elements.

Key Requirements & Procedures

Offerors must demonstrate a robust Design Build management approach, including phasing, scheduling, risk mitigation, organization, and quality control. Mandatory use of GSA's Project Management Information System (PMIS) Kahua is required for all project documentation, submittals, and reporting. Contractors must adhere to stringent safety and health protocols, including a site-specific Construction Safety and Health Plan (CSHP) and a designated Site Safety and Health Officer (SSHO). Security regulations, including HSPD-12 suitability investigations for personnel accessing classified areas, are in effect. Compliance with the 2025 PBS Core Building Standards and ABAAS is also required.

Evaluation Factors

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 or price. The non-price factors are weighted as follows: Past Performance (40%), Experience (40%), and Technical and Management Approach (20%). Price reasonableness will be evaluated, but no price realism analysis will be performed.

Important Dates

  • Proposal Due Date: February 6, 2026, at 12:00 p.m. Central Time (updated via Amendment 03).
  • Virtual Pre-proposal Conference: January 7, 2026, at 11:00 a.m. Central Time.
  • Site Visit: January 7, 2026, at 2:00 p.m. Central Time.
    • Note: Requests to attend the conference and site visit, including specific personnel information for background checks, were due by Friday, December 19, 2025.

People

Points of Contact

Ashley C. MorganPRIMARY
Temica StewartSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 12
Solicitation
Posted: Feb 27, 2026
View
Version 11
Solicitation
Posted: Jan 29, 2026
View
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 2Viewing
Pre-Solicitation
Posted: Jul 11, 2025
Version 1
Pre-Solicitation
Posted: Jun 25, 2025
View