Design-Build Services for the Bridge of the Americas Land Port of Entry Modernization Project, El Paso, Texas

Location: Texas
Posted: May 8, 2025
Due: May 28, 2025
Agency: GENERAL SERVICES ADMINISTRATION
Type of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Solicitation No: 47PH0826C-BOTA
Publication URL: To access bid details, please log in.
Follow
Design-Build Services for the Bridge of the Americas Land Port of Entry Modernization Project, El Paso, Texas
Active
Contract Opportunity
Notice ID
47PH0826C-BOTA
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R7 PROG SUPPORT - CAPITAL AND IDIQ
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: May 08, 2025 07:24 am CDT
  • Original Response Date: May 28, 2025 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 2026
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2AZ - REPAIR OR ALTERATION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    El Paso , TX
    USA
Description

This is a Sources Sought Notice



Notice ID: 47PH0826C-BOTA



THIS IS NOT A REQUEST FOR PROPOSAL



Project: Design-Build Services for the Bridge of the Americas Land Port of Entry Modernization Project, El Paso, Texas



This is a Sources Sought and not a request for proposal for Design and General Construction for the Bridge of the Americas (BOTA) U.S. Land Port of Entry (LPOE) Modernization project. Responses shall be used for planning purposes only and shall not commit the U.S. General Services Administration (GSA) to issue a solicitation for this requirement. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded.



The GSA Greater Southwest Region, Acquisition Management Division, Capital Program, is conducting a market survey seeking qualified sources to provide general construction services for the expansion of the BOTA LPOE in El Paso, TX to determine if there is adequate competition among qualified design-build contractors. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this market research.



BACKGROUND



The BOTA LPOE was built in 1967. It is located on the international border separating El Paso, TX, and Juarez, Chihuahua, MX. This LPOE connects with the Mexican LPOE of “Córdova” in Ciudad Juárez, Chihuahua, MX. The facility processes privately owned vehicles (POV), pedestrians, and commercial traffic. The bridge leading to the facility is the only toll-free bridge in El Paso, creating extensive traffic at the crossing.



The BOTA LPOE is one of four crossings in El Paso. BOTA is in a populated Urban area of El Paso, TX. It sits on approximately 27 acres with fully developed property surrounded on three sides by an extensive highway system. The site is bordered to the north by E. Paisano Drive/U.S. Highway 62 East, a busy two-way street, U.S. Highway 54/Patriot Highway borders to the east, Delta Drive/Loop 375 borders to the south, and Highway 110 on the northwest side of the Port which is a connector to Interstate Highway 10 and is the primary entry and exit from the Port. Chamizal National Memorial borders the site to the west. The LPOE is landlocked on all four (4) sides of the port. The port processes toll-free inbound and outbound commercial, non-commercial, and pedestrian traffic. As a result, the volume of traffic is heavy with many travelers and commercial vehicles choosing to enter and exit through this facility in lieu of paying a toll. Much of the port facility has reached the end of its’ life cycle. Most of the buildings and infrastructure is operating beyond capacity. Building, fire and life safety codes have changed so much that the facility is generally non-compliant with the most current codes and standards including U.S. Customs and Border Protection (CBP) design standards. Since this facility operates as a toll-free port of entry, an increase in truck and vehicular traffic in the last few years has created significant congestion so that the site is unable to support this increased volume of traffic.



The planned project is to provide a design for the LPOE that will reflect the critical importance of this crossing as a gateway to the United States of America. The design should reflect the openness of the United States and its democratic institutions and should be a compelling piece of architecture which is also, a source of community pride. Design will also need to achieve the Interim IRA Low Embodied Carbon Materials Requirements and Interim IRA LEC Material Requirements.



PROJECT INFORMATION



This project will provide the design and construction of a new LPOE to replace the existing port. The current LPOE is a full-service port that inspects privately owned and commercial vehicles and pedestrians. It is currently operating from outdated, deteriorating facilities that do not adequately meet the functional needs of CBP. The new construction project will correct port deficiencies and modernize its facility to accommodate the increasing traffic. The current LPOE will be required to stay in continuous operation during construction. The design-build contractor will be required to phase the construction.



The project construction components include construction of an administration building to include an expanded pedestrian inspection area; primary and secondary passenger vehicle inspection facilities; outside vehicle parking expansion; seized vehicle processing area; a kennel; export cargo booths; and, canopy structure, office building and new paving for Federal Motor Carrier Safety Administration (FMCSA), and the potential of commercial primary and exit booths; a cargo building and dock.



Potential NAICS is 236220 with a size standard of $45.0 million. The PSC/FSC is Z2AZ (Repair or Alterations of Other Administrative Facilities and Service Buildings).



The estimated construction cost range for the project is between $500,000,000.00 and $550,000,000.00. Estimated contract duration is approximately three (3) to four (4) years from notice to proceed for the project.



This notice is being issued to determine if there is adequate competition among Small Business or Large Business concerns. The award will be on a firm-fixed price basis. If it is determined that adequate competition exists, GSA may set the requirement aside for competition among small business concerns. All interested contractors should respond to this office in writing by email on or before the due date listed herein.



It is anticipated that a solicitation, based on the outcome of this market survey, may be issued on or about June or July 2025. Award of any resulting procurement will be based on employing a “Best Value Concept” methodology.



CAPABILITY STATEMENT



Firms interested in this effort must be able to demonstrate experience with at least two (2) similar projects. SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a SIMILAR PROJECT, the project must meet all three elements of size, complexity, and type as further defined here.



To be considered similar in size, projects managed must have exceeded $200,000,000.00 in costs, consisting of design and construction, a construction schedule over two years and be completed in the last fifteen (15) years.



To be considered similar in complexity, a project consisting of major modernization of a LPOE, airport, military complex, campus or facility area (a project on one site that has multiple buildings or facilities on it), must include elements of significant design and construction of a facility, LPOE, and/or site. Each project need not contain every element, but the combination of projects should demonstrate the ability to perform these services in a satisfactory manner. Construction services include demolition, various construction activities (mechanical, electrical, civil, architectural) and site work.



Similar in Type: A project consisting of major modernization of an LPOE, airport, military complex, campus or facility area (a project on one site that has multiple buildings or facilities on it), including but not limited to canopies, administration buildings, holding cells, administration offices, visitor and employee parking areas, major utility relocations, and road and paving site work. Additional and higher consideration will be given to projects completed as a result of a design-build construction project with modernization on occupied southern border LPOEs, including but not limited to POV primary inspection lanes with booths, secondary POV inspection area with inspection canopies, LPOE administration buildings with passenger processing, holding cells, admin offices, kennels, visitor and employee parking areas, major utility relocations, and road and paving site work.



Residential housing, warehouse projects or improvements to office renovation limited to reconfiguration of spaces within a high-rise office structure are not considered similar in type, regardless of size.



In responding to this notice, please indicate your experience and interest in this project as a contractor, and a brief description of your firm’s past experience completing activities similar to those described above, including project dates, cost, and role as either Prime Contractor or Subcontractor. Include points of contact and all information necessary to contact the owner of the project who can substantiate similar project characteristics.



Interested firms are invited to respond to this notice by providing the following information:



Provide project experience of two (2) related projects of similar size, complexity, and type. Provide a letter from your Surety that you can be bonded for the minimum amount listed herein. Please indicate the maximum bonding capacity per project and aggregate maximum bonding capacity. At a minimum, the contractor must be able to obtain bonding in the amount of $550,000,000.00.



Any interested firm should provide a Written Letter of Interest with the aforementioned information (no more than 5 pages) by 3:00 pm CST, May 28, 2025, to Marsha Howard via email marsha.howard@gsa.gov. The subject line Should state “BOTA D/B Construction Project: Letter of Interest”.



NOTE: Questions submitted may or may not be answered. This is a market survey to identify interested and qualified firms to determine if adequate competition exists to set aside any potential procurements.



Note: All information submitted is subject to verification. Additional information may be requested to substantiate responses. Reimbursement costs for information received is not authorized.



IMPORTANT TO NOTE:



A Project Labor Agreement is not required for this project.



All interested contractors should respond to this office via e-mail on or before due date listed herein. Negative responses are welcomed.



The Government is not obligated to and will not pay for any information received from potential contractors as a result of this market research.



This is a Sources Sought Notice and NOT a Request for Proposal. This is not a guarantee that a Request for Proposal will be issued in the future.



End


Attachments/Links
Contact Information
Contracting Office Address
  • R7 PROG SUPPORT - CAPITAL AND IDIQ 819 TAYLOR STREET
  • FORT WORTH , TX 76102
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • May 08, 2025 07:24 am CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Basic Life Support (BLS) Ambulance Transportation Services - Corpus Christi, Texas Active

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 6/23/2025

Follow RFP AFSFMS Oracle Consolidation Project (OCP) Active Contract Opportunity Notice ID F41999-25-R-0005

DEPT OF DEFENSE

Bid Due: 6/16/2025

Follow Basic Life Support (BLS) Ambulance Transportation Services - Laredo, Texas Active Contract

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 6/23/2025

Project: Design and Construction of a Solar Photovoltaic (PV) Installation at the Beckley-Saner

City of Dallas

Bid Due: 6/20/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.