GSA Solicitation No. 47PJ0025R0052 is a two-phase Design-Build (DB) contract for replacing the Porthill Land Port of Entry in Bonners Ferry, Idaho, with an estimated price range of $45,000,000 to $65,000,000. Phase 1 is a Request for Qualifications, due October 3, 2025, at 10:00 AM Mountain Time, with questions due by September 19, 2025. A site visit is scheduled for September 16, 2025. The project requires a bid guarantee and a project labor agreement in Phase 2. The General Services Administration will select a maximum of five firms for Phase 2, with unsuccessful offerors receiving a $75,000 stipend if their Phase 2 proposal is complete and acceptable. The evaluation of Phase 1 proposals will focus on non-price factors including the past experience and performance of the General Contractor and Architect-Engineer (A/E) firm, the offeror's approach to Design-Build, and the Lead Designer's qualifications, with each factor holding specific weightings. The solicitation also outlines procedures for handling Controlled Unclassified Information (CUI) and the INFORM process for post-award communication.
The GSA Solicitation No. 47PJ0025R0052, amended August 27, 2025, is a Request for Qualifications (Phase 1) for a Design Build contract to replace the Porthill Land Port of Entry in Bonners Ferry, Idaho. The project, estimated between $45M and $65M, involves constructing new inspection buildings, canopies, and parking. Key dates include a site visit on September 16, 2025, questions due by September 19, 2025, and proposals due by October 3, 2025. A maximum of three firms will be shortlisted for Phase 2. Selected offerors not awarded the contract will receive a $75,000 stipend for complete and acceptable Phase 2 proposals. Requirements include a bid guarantee for Phase 2, a Project Labor Agreement, and a Proprietary Information Agreement. Proposals will be evaluated on technical qualifications (past experience and performance of the General Contractor and A-E Firm), approach to design-build, and the Lead Designer's portfolio, with specific weighting for each factor.
The GSA Solicitation No. 47PJ0025R0052, amended September 24, 2025, invites design-build bids for the Porthill Land Port of Entry in Bonners Ferry, Idaho, with an estimated cost of $45-$65 million. This two-phase procurement seeks qualifications in Phase 1, shortlisting up to three offerors for Phase 2 proposals. Key dates include a site visit on September 16, 2025; questions due by September 19, 2025; and Phase 1 submissions by October 3, 2025. Requirements include a $75,000 stipend for unsuccessful but acceptable Phase 2 offers, a bid guarantee of 20% or $3 million (whichever is less) for Phase 2, and a Project Labor Agreement. Proposals must include technical, proprietary, and other documents, with specific formatting. Evaluation criteria for Phase 1 include General Contractor and A-E firm's past experience and performance, approach to Design Build, and Lead Designer qualifications. Controlled Unclassified Information requires a CUI Information Request Form. The INFORM process provides enhanced post-award communication.
Amendment 0001 to Solicitation 47PJ0025R0052, issued by GSA PBS Acquisition Division, addresses corrections and clarifications for the D-B Services – Porthill Land Port of Entry project. The key changes include amending the site visit time zone to Pacific Time (all submissions remain due in Mountain Time) and correcting the maximum number of shortlisted offerors for Phase 2 proposals. All other terms and conditions of the solicitation remain unchanged. The Phase 1 proposal submission due date and time is still 10:00 AM Mountain Time, Friday, October 3, 2025. Offerors must acknowledge this amendment to ensure their proposals are considered.
Amendment 0002 for Solicitation 47PJ0025R0052, concerning D-B Services for the Porthill Land Port of Entry, addresses 24 questions from offerors. Key clarifications include the rejection of CPARS evaluations in lieu of Past Performance Questionnaires (PPQs), with PPQs to be submitted directly by references to the Contracting Officer by October 3, 2025. The submission deadline for Phase 1 proposals remains unchanged. The bonding capability requirement has been reduced from $80,000,000 to $72,000,000. The Substantial Completion date of February 2, 2030, is fixed, though it may adjust based on Phase 2 milestones. The P100 is no longer applicable, replaced by the 2025 PBS Core Building Standards (CBS) Memorandum. Inflation Reduction Act (IRA) funding will not be used for this contract. Additionally, the solicitation allows for submission of up to three projects for a Lead Designer team and provides clarity on photograph and drawing requirements for project submissions. Joint ventures do not require pre-approval but must meet specific documentation and SAM registration requirements.
Amendment 0003 for Solicitation 47PJ0025R0052, concerning D-B Services for the Porthill Land Port of Entry, addresses questions from prospective offerors. Key clarifications include the Design-Build firm's responsibility for temporary inspection facilities and additional soil borings. The amendment confirms GSA's intent to acquire or obtain an easement for a specific project area and will consider a construction schedule that allows early commencement of certain activities. Waivers have been approved for the facility set-back requirement and will be considered for grading exceeding maximum slopes. An ALTA survey will be completed before the award, and conceptual turning radius drawings are available. A NEPA assessment is complete with no additional known contaminants. Thermal conductivity testing will not occur before Phase 2. GSA will provide available as-built and CAD/Revit files to shortlisted offerors in Phase 2. The Phase 1 proposal submission deadline remains October 3, 2025.
This document is a federal government "Solicitation, Offer, and Award" form (Standard Form 1442) for construction, alteration, or repair projects. Specifically, it details Solicitation Number 47PJ0025R0052, issued by GSA PBS Acquisition Division 8PQ, for the design and construction of the Porthill Land Port of Entry facilities. The project involves demolishing existing structures and constructing a new main port building, three inbound inspection lanes, one outbound lane, and a new CBP parking lot. Key requirements include a mandatory performance period of 90 calendar days for government acceptance and a bid guarantee, which will be required during Phase 2 of the solicitation process. Offers are due by August 21, 2025. The document outlines the procedures for submitting offers and the terms for contract award.
The Request for Controlled Unclassified Information (CUI) document, Solicitation/Contract Number 47PJ0025R0052, outlines the process for offerors to request and handle CUI building information. It requires companies to provide their name, individual's name and title, signature, date, a copy of their business license, UEI Number, and Employer ID Number/Federal Tax ID Number. By signing, the requester acknowledges the responsibility to safeguard the CUI, disseminate it only to authorized users, and return or destroy it as required. The document also includes a Disposal Statement for Sensitive but Unclassified Building Information, certifying that all CUI not returned to the Government has been destroyed by burning, shredding, or permanent electronic deletion, and that no unauthorized copies were made or retained.
The GSA SOLICITATION NO. 47PJ0025R0052 for the Porthill, Idaho LPOE outlines essential offeror representations and certifications, particularly under FAR 52.204-8, 52.204-16, 52.204-24, 52.204-29, 52.209-7, and 52.209-13. The solicitation specifies the NAICS code 236220 and a small business size standard of $45 million. It details how offerors can utilize SAM for annual representations and certifications, noting specific clauses applicable to the solicitation, with February 2025 deviations not affecting certain FAR subparts related to civil rights and employment. The document also provides comprehensive guidance on obtaining and reporting Commercial and Government Entity (CAGE) codes, prohibits the use of certain telecommunications equipment and services, and addresses compliance with the Federal Acquisition Supply Chain Security Act. Additionally, it requires disclosures regarding responsibility matters and certifications concerning violations of arms control treaties. The overarching purpose is to ensure compliance with federal regulations, promote fair contracting practices, and maintain national security standards within the bidding process.
The ANSI/ASHRAE Addendum a to ANSI/ASHRAE Standard 169-2020, titled "Climatic Data for Building Design Standards," provides updated and expanded climate data for building design. Approved on October 29, 2021, this addendum revises and updates the previous Standard 169-2020. Key changes include an increase in the number of covered locations worldwide from 8,118 to 9,237, with detailed climatic design data for U.S., Canadian, and international locations available online. The document specifies abbreviations, details climatic design data and climate zones (including annual and monthly percentiles of temperature, humidity, and wind speed), and provides illustrative climate zone maps. It also introduces historical trends for various climatic parameters and offers guidance on accessing the comprehensive online data. This addendum serves as a crucial resource for professionals involved in designing and planning building energy and ventilation systems.
The Past Performance Questionnaire for General Contractors is a crucial component of the solicitation process for "Solicitation No. 47PJ0025R0052, Porthill LPOE." Offerors must complete Section 1 for each "Similar Project" and distribute the questionnaires to references, who will then complete Section 2 and submit them directly to the GSA Contracting Officer and Specialist by October 3, 2025, at 10:00 AM Mountain Time. A "Similar Project" is defined by specific criteria: substantial completion within 15 years of the Phase 1 proposal deadline, construction of a commercial building at least 8,000 gross square feet, inclusion of site utilities, storm drainage, grading, roads, and security, and an initial contract award cost of $25 million or more. Section 1, completed by the offeror, requires details such as firm name, contract number, project location, performance period, delivery method, gross square footage, and contract values. Section 2, completed by references, evaluates performance in categories like quality of workmanship, responsiveness, management effectiveness, and timely completion, using a rating scale from Poor to Excellent. References also indicate whether they would award to the contractor again and provide detailed remarks to justify their ratings.
The Past Performance Questionnaire for Architect-Engineer is a crucial component of Solicitation No. 47PJ0025R0052, Porthill LPOE. Offerors must complete Section 1 for each similar project, which includes commercial building construction of at least 8,000 gross square feet, substantially completed within 15 years, involving site utilities, storm drainage, grading, roads, and security, and with an initial contract cost of $25 million or more. References then complete Section 2, evaluating the Offeror's performance across various categories like quality of design, achieving project goals, creativity, timeliness, and communication, using a rating scale from Poor to Excellent. Completed questionnaires must be submitted directly to the GSA Contracting Officer, Rhonda Widick, at rhonda.widick@gsa.gov by 10:00 AM Mountain Time, October 3, 2025, with a specific email subject line.
This solicitation (No. 47PJ0025R0052) outlines a Design Build (DB) contract for the replacement and modernization of the Porthill Land Port of Entry (LPOE) in Bonners Ferry, Idaho. The existing LPOE, built in 1967, no longer meets the operational needs of U.S. Customs and Border Protection (CBP). The project aims to enhance efficiency, capability, and provide a modern facility in compliance with Federal Design Directives. Key aspects include a period of performance with substantial completion by February 2, 2030, a liquidated damages rate of $2,435.48 per calendar day, and specific insurance requirements (e.g., $2M Employers' Liability, $5M Commercial General Liability, $1M Auto Liability, $5M Professional Liability). The contract incorporates various Federal Acquisition Regulation (FAR) and General Services Administration Acquisition Regulation (GSAR) clauses, including those related to Federal Acquisition Supply Chain Security Act Orders, Buy American requirements, reporting of biobased products, and personal identity verification. Contractors must comply with stringent security measures for Controlled Unclassified Information (CUI) and adhere to detailed invoicing and payment procedures. The document emphasizes the importance of using domestic or designated country construction materials and prohibits the use of certain telecommunications equipment or services from covered foreign countries.