Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 06, 2025 SAM #8532
SOURCES SOUGHT

Y -- Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction

Notice Date
4/4/2025 1:04:42 PM
 
Notice Type
Sources Sought
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
47PJ0025R0052
 
Response Due
4/25/2025 12:00:00 PM
 
Archive Date
06/01/2025
 
Point of Contact
Christie VandenDries, Phone: 720-422-2588
 
E-Mail Address
Christie.VandenDries@gsa.gov
(Christie.VandenDries@gsa.gov)
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A REQUEST FOR OFFERORS OR PROPOSALS. THIS NOTICE DOES NOT REPRESENT A COMMITMENT BY THE GOVERNMENT TO ISSUE A SOLICITATION OR AWARD A CONTRACT. INFORMATION RECEIVED WILL BE USED TO DETERMINE THE AVAILABILITY OF TECHNICALLY CAPABLE AND OTHERWISE RESPONSIBLE FIRMS THAT WOULD BE INTERESTED IN SUBMITTING OFFERS. The General Services Administration (GSA), Public Buildings Service (PBS), Region 8, Acquisition Management Division, Capital Construction Branch is conducting a market survey and is seeking competent and qualified construction firms to provide Design-Build (D-B) services for the design and construction to modernize the Porthill Land Port of Entry (LPOE) in Porthill, Idaho. This project seeks to expand and modernize the Porthill LPOE to meet current operational needs. The expanded LPOE will be based on the small port prototype design with modifications to accommodate the site and operations, which include full or partial demolition of existing LPOE structures; the construction and operation of a new main building for the port facility; additional inspection lanes and associated canopy and booth spaces for commercial and personal vehicles. GSA is seeking highly qualified firms with D-B experience in the following: 1) design and construction of buildings in remote locations, 2) comprehensive site planning, 3) project phasing. See the Capability Statement section below for more information regarding experience. The magnitude of construction is estimated to be more than $50,000,000. GENERAL SCOPE OF SERVICES This project will deliver a new Land Port of Entry (LPOE) complex to replace the existing LPOE in Porthill, Idaho. Porthill LPOE is a limited-service port between Porthill, Idaho and eastern British Columbia, Canada, primarily serving personal vehicles, buses, a limited number of pedestrians (hikers), and permitted commercial trucks. The port operates 16 hours a day, seven days a week and primarily processes passenger vehicles and buses.The existing 55-year-old facility is obsolete and cannot accommodate modern inspection facilities and border security technologies. When complete, the new LPOE will significantly improve traffic flow and create a contemporary work environment consistent with other ports and vastly improve mission delivery, and position the port for the next 30-50 years. The project site is currently 2.13 acres with a plan to acquire an additional 2 acres of land. The LPOE is located at 12222 ID-1, Bonners Ferry, Idaho 83805. It is relatively remote, located 27 miles northwest of Bonners Ferry, Idaho. The expansion and modernization project will enhance the LPOE�s functionality by aligning facilities for operational efficiency, capability, and processing functions. The project scope includes demolition of the existing facility, construction of a new two-story main building (option to include a basement), three (3) inbound inspection lanes to the west, one (1) outbound lane to the east, with an open-air lane for bus lane as a soft secondary inspection, an adjacent two-bay secondary inspection, new parking stalls, new canopies, and replacement of the existing roadway. Security enhancements will align with and meet the Customs and Border Protection (CBP) LPOE Design Standard, to include four (4) new inspection booths, fencing, lighting, communication, and upgraded Building Automation Systems (BAS). Traffic management through the site is still a key concern to accommodate safe and efficient turning movements for inbound trucks, secondary inspection, return route to Canada, employee parking and safe thru movement of Privately Owned Vehicles (POV) and pedestrian traffic. Additional key concerns include substantial site preparation (including raising site grades by 10-12� to match existing and associated stabilization) and project phasing on an extremely small constrained site. Additional information available regarding Porthill LPOE and this Infrastructure Investment and Jobs Act (IIJA) Project can found here: https://www.gsa.gov/about-us/gsa-regions/region-10-northwestarctic/buildings-and-facilities/idaho/porthill-land-port-of-entry PROCUREMENT The GSA anticipates executing this requirement using the Two-Phase Design-Build (D-B) delivery method. A contract award is anticipated during the month of June 2026 with design services commencing shortly after. Substantial completion is anticipated in November 2029. Dates are estimates and are subject to change. The North American Industry Classification System (NAICS) code for this procurement will be 236220 � Commercial and Institutional Building Construction. The Small Business Size Standard is $45.0 million. CAPABILITY STATEMENT Respondents capable of performing the above services shall provide a general capabilities statement no more than 10 pages in length. Capabilities statements shall include the following information: Criteria 1: provide company name, UEI number, company address, point of contact name, phone number, and email. Criteria 2: provide company business size based on NAICS code 236220 for Commercial and Institutional Building Construction. Also provide the business type (i.e. Large Business, Small business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, etc.), the number of years in business, affiliate information, parent company, joint venture partners, and/or potential teaming partners. Criteria 3: A positive statement of your intention to propose as a prime contractor on any solicitation that may be released as a result of this sources sought notice. Criteria 4: Demonstration of successful performance of no more than two (2) D-B Projects performed within the last ten (10) years that are of comparable size, complexity, and scope to the Porthill LPOE Modernization scope described above. To demonstrate comparable size, complexity and scope, interested respondents shall address the following in each of its two D-B Projects: Project name and contract number Project owner Total contract dollar value at initial contract award Gross square feet of the project Describe experience with design and construction of facilities in remote locations, i.e. construction of buildings at locations located at least 100 miles away from a densely populated area. Describe experience with comprehensive project phasing and site planning, including but not limited to, design and construction of site utilities, grading, commercial buildings, highways, roads, sidewalks, parking, lighting, security, and site/landscaping improvements. Describe specific technical skills and the key personnel your company possesses to perform the work described above. Provide a statement confirming the contract delivery method was D-B Provide a statement regarding bonding capabilities Interested firms having the capabilities necessary to meet or exceed the stated requirements are encouraged to submit responses addressing each of the criteria (1-4) as stated above. All responses shall be submitted to Christie VandenDries at christie.vandendries@gsa.gov no later than 1:00 PM, MST, April 25, 2025. Please reference �D-B � Porthill LPOE� in the subject field of any email response. ***This sources sought notice is for informational and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the Government. A Contracting Officer�s decision will be made to set any projects aside, resulting from this notice, for small or disadvantaged businesses from the qualified sources submitted from this request; therefore, all interested firms are encouraged to submit a response. All firms responding to this sources sought notice are advised that their response to this notice will not be considered for award, all interested parties will be required to respond separately to any solicitations posted as a result of this sources sought notice.***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db2cea363f9448348eb7cd8d3605d153/view)
 
Place of Performance
Address: Bonners Ferry, ID 83805, USA
Zip Code: 83805
Country: USA
 
Record
SN07398569-F 20250406/250404230053 (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.