SOLICITATION NOTICE
Y -- Design-Build Services for Modernization of the Lynden & Sumas Land Ports of Entry
- Notice Date
- 12/15/2025 5:52:57 PM
- Notice Type
- Solicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R8 ACQUISITION MANAGEMENT DIVISION LAKEWOOD CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 47PJ0025R0059
- Response Due
- 1/23/2026 2:00:00 PM
- Archive Date
- 02/07/2026
- Point of Contact
- Shannon Sweeney, Tammy Quinn
- E-Mail Address
-
shannon.sweeney@gsa.gov, tammy.quinn@gsa.gov
(shannon.sweeney@gsa.gov, tammy.quinn@gsa.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Solicitation No. 47PJ0025R0059 The General Services Administration (GSA) intends to issue a Request for Qualifications (RFQ) for a Design-Build (DB) contract for new construction services to replace the existing Lynden & Sumas Land Ports Of Entry (LPOE�s) located in Washington State. The Kenneth G. Ward (Lynden) Land Port of Entry is a limited-service port operating 16 hours daily serving personal vehicles, buses, and limited (permit only) commercial truck traffic between Lynden, WA and Aldergrove, British Columbia. The existing port was last modernized in 1986 and is no longer able to meet the operational needs of US CBP. The port�s limited commercial capability results in unbalanced demand and escalating wait times at other commercial ports in the surrounding area. The modernization project will: expand, separate, and relocate Privately Owned Vehicles (POV) and Commercial vehicles. The Sumas Land Port of Entry serves personal vehicles, buses, pedestrians and commercial traffic between Sumas, WA and British Columbia. It has the 2nd most pedestrian crossings along the Northern Border and was last modernized in 1988. The Sumas LPOE is no longer able to meet the operational needs of the US CBP. GSA will expand and modernize POV and commercial screening operations. The modernization project will: increase POV lanes from 5 to 6 and commercial lanes from 2 to 4. It will also provide a dedicated pedestrian corridor and outbound inspection processing. The Sumas LPOE is located in a floodplain that experienced a significant flooding event in 2021. Flood- and stormwater management will be a significant aspect of the Sumas project. GSA intends to award a firm-fixed price design-build contract pursuant to the Federal Acquisition Regulation (FAR) two-phase design-build selection procedures (FAR Subpart 36.3). For this contract award process, GSA will issue two Solicitations in sequence: Phase 1 and Phase 2, respectively. The purpose of Phase 1 (the Request for Qualifications) is to select the most highly qualified Offerors from Phase 1 to participate in Phase 2 (the Request for Proposals). Once Phase 1 is complete, the Contracting Officer will invite the �short-listed� Offerors to submit Phase 2 proposals. Potential Offerors are hereby placed on notice that GSA will publicly announce the names of the Phase 1 �short-list� on SAM.gov. Maximum Number of �Short-Listed� Offerors: The Contracting Officer will select a maximum of three (3) of the most highly rated Offerors to proceed to Phase 2. Phase 2 of the solicitation is prepared in accordance with FAR Part 15 and includes the Phase 2 evaluation factors, developed in accordance with 15.304. Phase 2 solicitations require submission of technical and price proposals, which are evaluated separately, in accordance with Part 15. Stipend: In consideration for the preparation of a Phase 2 technical proposal, GSA will pay a stipend to Offerors not selected for award of the resulting contract. Offerors that submit incomplete or unacceptable Phase 2 proposals will not be eligible for a stipend. For the avoidance of doubt, no stipend is paid during Phase 1. At the conclusion of Phase 2, GSA intends to award a contract to a single Offeror for all design and all construction services. This procurement will be open to large business firms. The firm shall be required to present an acceptable small business subcontracting plan in accordance with FAR 19.7, as part of its proposal. Contracting Officer: Shannon Sweeney Email: Shannon.Sweeney@gsa.gov Phase 1 � Request for Qualifications The Phase 1 Solicitation documents are comprised of the following: (1) The Solicitation � Phase 1 (2) Standard Form (SF) 1442 � Solicitation Offer and Award (3) Draft of the Agreement (4) Draft of the Scope of Work, Specifications, Drawing Exhibits and other Attachments to the Agreement. (5) Solicitation Attachment 01 - Offeror Representations and Certifications Form (6) Solicitation Attachment 02 - Past Performance Questionnaire for Architect-Engineer (7) Solicitation Attachment 03 - Past Performance Questionnaire for General contractor (8) Solicitation Attachment 04 - Request for Controlled Unclassified Information (CUI) (9) Solicitation Attachment 05 - Program Development Study (PDS) Appendices (10) Solicitation Attachment 06 - Program Development Study (PDS) Narrative (11) Solicitation Attachment 07 - PBS Core Building Standards All questions related to solicitation 47PJ0025R0059 shall be submitted in writing via email, to the Contracting Officer, no later than 3:00 PM Mountain Time, January 2. Questions received after this cutoff may not receive a response. Any responses provided by GSA will be posted on the Governmentwide Point of Entry (GPE) as an Amendment to the Solicitation no later than January 9, 2026. Multiple amendments providing responses to questions may be provided for questions that are submitted early. Offerors are encouraged to submit questions early. Submission Due Date/Time: 3:00 PM Mountain Time, January 23, 2026 Submission Requirements: Interested Offerors shall thoroughly review the solicitation documents for all submission requirements. Offerors shall provide an executed Proprietary Information Agreement in accordance with Section II.D. Other Information to be Submitted with Proposals. In consideration for the preparation of a Phase 2 technical proposal, GSA will pay a stipend only to the Phase 2 Offerors submitting complete acceptable Phase 2 offers that are not selected for award of the resulting contract. Offerors that submit incomplete or unacceptable Phase 2 proposals will not be eligible for the stipend. Proposals will be considered complete and acceptable when offerors have addressed each of the Phase 1 factors, with each factor receiving at least a marginal rating. For the avoidance of doubt, no stipend is paid during Phase 1. A project labor agreement (PLA) will be required under Phase 2 in accordance with FAR 52.222-34, Project Labor Agreement. Prior to contract award, the contractor must enter into a PLA and maintain the PLA throughout the life of the contract. Draft Scope of Work documents are available. To receive a copy of the draft scope of work documents, offerors must first complete the provided CUI Information Request Form (Solicitation Attachment 04 � Request for Controlled Unclassified Information (CUI)) and return the completed/signed document to the Contracting Officer at shannon.sweeney@gsa.gov. Documents will be distributed to Offerors who return properly completed forms.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2790aec261674ce2ae874928381f919e/view)
- Place of Performance
- Address: Lynden, WA 98264, USA
- Zip Code: 98264
- Country: USA
- Zip Code: 98264
- Record
- SN07665889-F 20251217/251215230038 (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 |