Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2025 SAM #8677
SOLICITATION NOTICE

Y -- Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine

Notice Date
8/27/2025 4:33:20 AM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R1 ACQ MANAGEMENT DIVISION BOSTON MA 02222 USA
 
ZIP Code
02222
 
Solicitation Number
47PB0025R0044
 
Response Due
11/17/2025 11:00:00 AM
 
Archive Date
09/30/2026
 
Point of Contact
James M. Adamo, Phone: 6175658619, Michele Valenza, Phone: 6175658508
 
E-Mail Address
james.adamo@gsa.gov, michele.valenza@gsa.gov
(james.adamo@gsa.gov, michele.valenza@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The General Services Administration (GSA), Public Buildings Service (PBS), intends to construct a new fully functional Land Port of Entry (LPOE) in Coburn Gore, Maine. The Government will utilize the ""Construction Manager as Constructor (CMc)"", also known as ""Construction Manager at Risk"" or ""Guaranteed Maximum Price (GMP)"", delivery method. The CMc project delivery method includes requirements for Design Phase Services and the Option(s) for Construction Services at a Guaranteed Maximum Price (GMP). The project shall adhere to the GSA Design Excellence and Operational Excellence guidelines, and the GSA PBS Core Building Standards. The proposed expansion and modernization of the LPOE complex located at 6092 Arnold Trail in Coburn Gore, Maine, was designed to strengthen supply chains, improve operational capabilities and facility infrastructure, spur economic growth, and bolster the country�s security. This LPOE is designated within the National Register of Historic Places (NRHP) and was originally constructed in 1932. The 3.6-acre U.S. Inspection Station � Coburn Gore, Maine was entered into the National Register of Historic Places (NRHP) on 9/10/14. Important in the history of border security in the United States, the Coburn Gore LPOE is one of several extant examples of a wave of border crossing stations constructed between 1930 � 1943, as further detailed in the related 2014 Multiple Property Listing for U.S. Border Inspection Stations 1930 � 1943. The deficiencies at the LPOE fall into two broad categories: (1) limited capacity and facilities for port operations; and (2) the condition of the existing buildings. Thus, the expansion and modernization of the LPOE would provide a port that is functional, accessible, and equitable for U.S. Customs and Border Protection (CBP) to more efficiently carry out its agency mission and their operations and interactions with the public. Upon completion, the LPOE is anticipated to address these deficiencies and facilitate the efficient functioning of CBP operations while adhering to their POR, 2023 Design Standards, and the 2025 PBS Core Building Standards. Project Goals: The main goals for this project include the following: Maintain full operations and current throughputs for all Port agencies throughout Construction. Maintain accessibility throughout the site during construction implementation. Maintain site security throughout construction. Ensure Continuous availability of utilities (power, phone/data, water, sewer, and stormwater) and emergency power during phased construction. Deliver Design and Construction Excellence that meets CBP�s POR, CBP 2023 Design Standards, and PBS�s Core Building Standards. Address significant problems and issues with each existing facility and its surrounding parcel. Maintain Coburn Gore�s significant historic character. Provide buildings and infrastructure that incorporate durable construction materials and sustainable design elements and are climate resilient. Provide an upgraded port that is functional and accessible for each customer agency, their operations, and their interactions with the public. Perform design and construction efficiently and effectively using current technology tools for design, reviews, inspections, and project management processes. Provide the best value to GSA, their customer agencies, the community, and the American taxpayer. The design phase services shall be performed at a firm-fixed-price and the optional construction services shall be performed at a Guaranteed Maximum Price (GMP). This solicitation will be executed pursuant to Federal Acquisition Regulation (FAR) Subpart 15.101-1, Best value continuum, Trade-Off process. Pursuant to FAR Clause 52.215-1 Instructions to Offerors-Competitive Acquisition, the Government intends to evaluate proposals and award contracts without discussions with offerors (except clarifications as described in FAR 15.306(a)), although it reserves the right to open discussions should it be determined to be in its best interests. It is the government�s intention to award a contract to the offeror whose proposal conforms to the RFP requirements and is considered to be the most advantageous to the government, price and technical factors considered. Competitive proposals shall be evaluated and assessed based on the factors specified in this solicitation. For this solicitation, the combined weight of the non-price factors is significantly more important than the Total Evaluated Price. One (1) award will be made from this CMc solicitation. This procurement will be solicited as full and open competition. The North American Industry Classification System (NAICS) code for this acquisition is 236220 (Commercial and Institutional Building Construction). The small business size standard is $45 million average annual receipts. Competitive proposals shall be evaluated based on the factors specified in the solicitation. It is anticipated that the non-price technical factors will be as follows: Experience in Providing Design Phase Services and Construction Phase Services on Similar Projects (30%) Management and Technical Approach (Design Phase Services and Construction Phase Services) (25%) Qualifications and Experience of Key Personnel (20%) Past Performance in Providing Design Phase Services and Construction Phase Services on Similar Projects Provided under Factor 1 (20%) Small Business Participation (5%) Important Notes: (1) A bid guarantee will be required ninety (90) calendar days prior to the exercise of the GMP Option for Construction Services. The Contractor shall furnish required performance and payment bonds within fourteen (14) calendar days of exercise of the GMP Option. (2) In accordance with FAR 30.101, Cost Accounting Standards, the Contractor must demonstrate their compliance with Cost Accounting Standards (CAS). Award shall not be made to any contractor that is not CAS compliant. The estimated total construction cost for the project is between $90M and $100M. Award is anticipated to be made for design phase services, with the GMP Construction Option(s) to be available for award at a later date as needed. Design phase services are anticipated to commence upon the award of the contract on or about Winter 2025-26. The Optional GMP Construction Phase Work for the Port is anticipated to begin on or about Fall 2026. The Optional GMP Construction Phase Work for the Housing is anticipated to begin on or about Winter 2026-27. The performance period for the Design Phase Services is estimated to be �date of contract award� through Winter 2026-27. The construction phase for the Port is estimated to be 37 months. The construction phase for the Housing is estimated to be 30 months. A pre-proposal conference and site visit is expected to be held approximately 2 weeks from the issue date of the solicitation. Additional details will be provided with the solicitation. Small businesses are highly encouraged to attend. Prior notification of attendance to this conference is mandatory. To ensure that you receive all information regarding this solicitation, please register to receive updates at www.SAM.gov, follow the procedures for notification registration. Interested Parties/How to Offer: The Solicitation will only be available electronically. The solicitation is expected to be available in September 2025. The solicitation can only be obtained by accessing SAM.gov, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must be registered in SAM.gov. Inquiries concerning the project should be directed to the following email addresses: james.adamo@gsa.gov and michele.valenza@gsa.gov; and reference the solicitation number in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c2f306e8f4394775b27804845a0c1f2a/view)
 
Place of Performance
Address: Coburn Gore, ME 04936, USA
Zip Code: 04936
Country: USA
 
Record
SN07568767-F 20250829/250827230046 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.