Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOLICITATION NOTICE

Y -- Construction Manager as Constructor (CMc) Services for the Land Port Of Entry (LPOE), Fort Fairfield, ME

Notice Date
4/16/2025 3:57:45 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
47PB0025R0016
 
Response Due
6/23/2025 11:00:00 AM
 
Archive Date
07/08/2025
 
Point of Contact
Sotheavy Khon, Phone: 6175658892, Emily Jackson, Phone: 617-283-2568
 
E-Mail Address
sotheavy.khon@gsa.gov, Emily.Jackson@gsa.gov
(sotheavy.khon@gsa.gov, Emily.Jackson@gsa.gov)
 
Description
The General Services Administration (GSA) intends to construct a new fully functional Land Port of Entry (LPOE) in Fort Fairfield, 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 the Design Phase Services and the Option for Construction Services at a Guaranteed Maximum Price (GMP). The project shall adhere to the GSA Design Excellence and Operational Excellence guidelines, the GSA PBS Core Building Standards and the U.S. DHS CBP Design Guide. The Fort Fairfield LPOE is located at 4 Boundary Line Road, Fort Fairfield ME. GSA owns the buildings and land. CBP is the tenant and operates out of the buildings and the land. The Fort Fairfield LPOE is situated about 100 feet west of the U.S./Canada border, on the northside of Maine State Route (SR) 161 (Boundary Line Road) and overlooks the Aroostook River Valley to the west. The setting is rural with occasional residences dotting SR 161 (Boundary Line Road) leading to the LPOE. The Fort Fairfield LPOE is located proximate to the Canada Border Services Agency facility located at Andover, New Brunswick on New Brunswick Route 190. The Fort Fairfield LPOE is a surviving facility in the Colonial Revival style erected between 1931 and 1937 and it is listed on the National Register of Historic Places. The Tenants include the U.S. Department of Homeland Security�s (DHS) Customs and Border Protection (CBP) and GSA. The main goal for this project is to provide a new LPOE for CBP and GSA by January 2030 that will meet each agency�s requirements and allow them to operate efficiently under the increased traffic volume. Buildings and traffic patterns will be arranged to facilitate a smooth traffic flow, ease congestion, and enhance security for each agency, while providing a welcoming gateway into and out of the United States. The port will be fully operational and occupied during construction 24/7/365; therefore, the work may need to be conducted during non-business hours. 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 and FAR Subpart 15.202, Advisory multi-step 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 price. One (1) award will be made from this two-step (2-Step) 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. Competitive proposals shall be evaluated based on the factors specified in the solicitation. This procurement will follow the advisory multistep process in accordance with FAR 15.202. It is anticipated that the non-price technical factors will be broken down by phase, as follows: Phase 1: 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%) Phase 2: Small Business Participation (5%) Price Upon completion of the evaluation of Phase I proposals, an advisory shortlist will be developed. All offerors will be notified as to whether their firm was included on or excluded from the advisory shortlist. The Advisory Shortlist will not be made public. It shall be noted that exclusion from the advisory shortlist shall not preclude offerors from submitting a Phase II proposal. 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. Award shall not be made to any contractor that is not CAS compliant. The estimated total construction cost for the project falls within the range of $35,000,0000 to $45,000,000. Award is anticipated to be made for design phase services, with Options 1, to be available for award at a later date as needed. Design phase services are anticipated to commence upon award of the contract on or about December 2025. The Optional Construction Phase Work is anticipated to be awarded on or about July 2026 with a construction start of on or about January 2028. The performance period for the Design Phase is approximately date of base award through Spring of 2027 and Construction Phase approximately 24 months. A Phase I preproposal conference is expected to be held on May 22, 2025, at 9:00AM. A Site Visit is expected to be held on May 26, 2025, at 10:00AM. Additional details will be provided with the solicitation. Small businesses are highly encouraged to attend. Please provide your company name and register all potential attendees' full names to email: Sotheavy.khon@gsa.gov, Simeon.berry@gsa.gov, and Emily.jackson@gsa.gov. 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 Phase 1 solicitation will be available on or about May 7, 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 address: Sotheavy.khon@gsa.gov, Simeon.berry@gsa.gov and Emily.jackson@gsa.gov and reference the solicitation number in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/09a68086275d4819aca2fc0d5e416098/view)
 
Place of Performance
Address: Fort Fairfield, ME 04742, USA
Zip Code: 04742
Country: USA
 
Record
SN07410704-F 20250418/250416230048 (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.