Coburn Gore LPOE CMc Solicitation
ID: 47PB0024R0068Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R1 ACQ MANAGEMENT DIVISIONBOSTON, MA, 02222, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OTHER ADMINISTRATIVE FACILITIES/SERVICE BUILDINGS (C1AZ)
Timeline
    Description

    The General Services Administration (GSA) is seeking qualified contractors to provide Construction Manager as Constructor (CMc) services for the expansion and modernization of the Land Port of Entry (LPOE) in Coburn Gore, Maine. The project aims to enhance operational capabilities, improve facility infrastructure, and strengthen supply chains while preserving the historic character of the site, which has been recognized in the National Register of Historic Places. The estimated total construction cost ranges between $90 million and $100 million, with the solicitation process structured in two phases, requiring technical proposals for Phase I by June 24, 2025, and anticipated construction services to commence in Summer 2026. Interested parties can direct inquiries to James M. Adamo at james.adamo@gsa.gov or Caitlyn Egan at caitlyn.egan@gsa.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The Coburn Gore Land Port of Entry (LPOE) Expansion and Modernization Project, funded by the Inflation Reduction Act of 2022, seeks to enhance operational capabilities and infrastructure at the historic Maine facility. This Statement of Work outlines the Construction Manager as Constructor (CMc) Contractor's responsibilities across pre-construction (Firm Fixed Price) and construction (Guaranteed Maximum Price) phases. Key objectives include maintaining full LPOE operations during construction, adhering to design standards, incorporating sustainable technologies like photovoltaics and heat pumps, and managing costs within strict IRA accounting requirements. The CMc will perform constructability reviews, cost estimating, risk management, and utilize a Project Management Information System (Kahua) for collaboration and documentation. The project emphasizes sustainability, historic preservation, and efficient delivery to provide a functional and accessible port for U.S. Customs and Border Protection.
    The Coburn Gore Land Port of Entry (LPOE) Expansion and Modernization Project, administered by the U.S. General Services Administration (GSA), aims to enhance operational capabilities and infrastructure at a historically significant border facility in Maine. Funded partially by the Inflation Reduction Act of 2022, the project incorporates low embodied carbon materials and sustainable technologies to align with current design standards. The work includes expanding the main building, improving processing efficiency, and upgrading critical systems such as plumbing and electrical. A Construction Manager as Constructor (CMc) will oversee both pre-construction and construction phases, with a guaranteed maximum price framework. Key objectives include maintaining operational continuity, ensuring accessibility and security during renovations, and delivering a high-quality, sustainable facility. Requirements for collaboration with architects, adherence to building standards, and a detailed focus on risk management are essential to successful project delivery. The CMc will facilitate communication among stakeholders, manage project documentation via a dedicated system, and identify potential cost-saving measures throughout the construction process. This comprehensive approach aims to provide significant improvements to border security operations while respecting the site's historic character and environment.
    The General Services Administration (GSA) Public Buildings Service (PBS) has rescinded its P100 Facilities Standards, effective immediately, and issued the PBS Interim Core Building Standards. This change, driven by recent Executive Orders, applies to GSA-owned or lease-construction facilities with less than 50% construction completion as of January 21, 2025. The Interim Standards provide a comprehensive list of applicable laws, executive orders, codes, and regulations for project delivery teams, contracting officers, and others involved in design and construction. These standards cover general requirements (e.g., energy efficiency, procurement, accessibility, historic preservation, safety), and specific disciplines like community planning, architecture, structure, mechanical, electrical, fire protection, civil engineering, and specialty spaces.
    The memorandum from the GSA Public Buildings Service, dated February 24, 2025, announces the rescission of the PBS P100 Facilities Standards and introduces the PBS Interim Core Building Standards. This change is driven by recent executive orders aimed at eliminating outdated directives and aligning with current initiatives, including the Water Resources Development Act. The memo applies to projects in GSA-owned or lease-construction facilities with less than 50% construction completion as of January 21, 2025. It provides compliance guidelines through a comprehensive list of applicable laws, codes, and executive orders, particularly focusing on sustainability, energy efficiency, and safety standards. Project teams are instructed to use the latest standards and expect contractors to adhere to these guidelines during design and construction. The memo's modifications aim to facilitate immediate improvements in government building efficiency while shaping compliance amidst evolving regulations, ultimately ensuring responsible use of federal funds and adherence to structural and environmental standards.
    The U.S. General Services Administration (GSA) Commissioning Guide, updated in September 2020, outlines the GSA Public Buildings Service's (PBS) Total Building Commissioning process. This guide, intended for GSA project managers, construction management advisors, and commissioning providers, details the framework for ensuring quality building functionality from project initiation to occupancy. It emphasizes reduced operating costs, enhanced energy efficiency, improved occupant safety, and increased asset longevity. The guide covers four key phases: Project Initiation, Design, Construction, and Occupancy and Operations, detailing team roles, responsibilities, and required documentation like the Owner's Project Requirements (OPR) and Commissioning Plan. It also addresses budgeting for commissioning services, highlighting the benefits of independent commissioning providers and the importance of comprehensive testing and training. The updated guide incorporates new processes for building enclosure commissioning and clarifies roles for different construction delivery methods, ensuring national consistency in PBS practices.
    The U.S. General Services Administration (GSA) Commissioning Guide outlines the Total Building Commissioning process for federal construction projects, aiming to ensure that buildings meet predefined operational standards throughout their lifecycle. The guide is structured into several sections including project initiation, design, construction, occupancy, and operations phases. It emphasizes the need for a multidisciplinary Commissioning Team responsible for establishing the Owner’s Project Requirements (OPR), which serve as benchmarks for assessing building performance. The commissioning process encompasses verification of system functionalities, energy efficiency, compliance with safety regulations, and adaptation to user needs. Key benefits include reduced operating costs, enhanced occupant comfort, improved safety, and prolonged asset longevity. The guide highlights the necessity of a detailed Commissioning Plan, the importance of independent third-party commissioning providers, and the role of continuous communication among stakeholders. Specific templates and matrices for roles and responsibilities, as well as system selections, are included in the appendices. This comprehensive approach is intended to optimize the quality of federal buildings while ensuring value for the taxpayer, reflecting the GSA's commitment to excellence in public service infrastructure.
    The Statement of Work outlines the modernization and expansion of the Coburn Gore Land Port of Entry (LPOE) in Maine, specifically focusing on extending a three-phase power connection from Woburn, Quebec, Canada, to the international border. This project, managed by the GSA Office of Design & Construction, involves a Quebec-licensed master electrician/electrical contractor responsible for engaging Hydro-Quebec, developing detailed estimates and schedules, and coordinating logistics with Canadian authorities, GSA, and other stakeholders. The power extension is crucial for the expanded LPOE, which will include a Main Port Building/Commercial Inspection Building and CBP Housing, requiring dedicated services. The contractor must adhere to project safety protocols, financial management, and labor standards, providing comprehensive documentation, including budget, logistical plans, material submissions, schedules, and as-built drawings, all translated into French for Canadian authorities. This project is vital for the operational needs of the Coburn Gore LPOE and involves collaboration with multiple U.S. and Canadian agencies and stakeholders.
    The document outlines the Statement of Work for the Coburn Gore Land Port of Entry (LPOE) modernization and expansion project, focusing on the design and installation of a three-phase power connection from Woburn, Canada, to the U.S. border. The project includes constructing new facilities to enhance border operations in Franklin County, Maine. The primary responsibility lies with a Quebec-licensed master electrician, who will install the power connection while coordinating with Hydro-Quebec and local agencies, including the U.S. Customs and Border Protection (CBP) and the Maine Department of Transportation (MaineDOT). The contractor must ensure compliance with U.S. regulations, prepare budgets, schedules, and reports on progress, and ensure safety standards are met during installation. Stakeholder engagement and environmental assessments are also critical aspects of this federally funded initiative, emphasizing a collaborative approach to project execution. The project aims to improve operational efficiency and utility reliability for the CBP while adhering to design excellence standards established by the General Services Administration (GSA). Overall, this Statement of Work lays the groundwork for modernizing infrastructure at this LPOE, which is vital for U.S.-Canada border operations.
    The General Services Administration (GSA) is seeking architectural and engineering (A/E) services for the modernization and expansion of the Coburn Gore Land Port of Entry (LPOE) in Maine. This project, utilizing a Design-Bid-Build (DBB) delivery method, aims to design a new LPOE and upgrade the existing facility for U.S. Customs and Border Protection (CBP) and GSA. The LPOE, located in an isolated area of Franklin County, processes commercial and non-commercial traffic. The project will address deficiencies in technology and operations, with an emphasis on increasing vehicle throughput. Key considerations include the historic nature of some existing structures, adherence to energy and sustainability goals (including net-zero energy performance and low embodied carbon standards), risk management, and comprehensive project management with BIM coordination. The A/E team will be responsible for all design stages, from concept to construction documents, ensuring compliance with federal standards and stakeholder requirements.
    The document outlines the Statement of Work (SOW) for the modernization and expansion of the Coburn Gore Land Port of Entry (LPOE) in Maine. The primary objective is to provide architectural and engineering services for designing the modernization of the existing LPOE and a new facility for U.S. Customs and Border Protection (CBP) and the General Services Administration (GSA). The project is situated in a rural area, predominantly consisting of residential homes and logging operations, and is critical for processing both commercial and non-commercial traffic. It specifies the Design-Bid-Build project delivery method and details prior studies, particularly a 2018 feasibility study which highlighted existing deficiencies and outlined a preferred alternative for the LPOE's future. The document includes extensive sections organized by project goals, existing conditions, roles and responsibilities, sustainability measures, risk management, and construction details, ensuring compliance with federal regulations and community standards. This comprehensive work plan reflects the GSA's commitment to enhancing border infrastructure in a manner that encourages operational efficiency and environmental stewardship.
    The Statement of Work outlines the requirements for Construction Manager as Advisor (CMa) and Commissioning Provider (CxP) services for the Coburn Gore Land Port of Entry (LPOE) project in Maine. This project involves designing and constructing a new LPOE for U.S. Customs and Border Protection (CBP) and the General Services Administration (GSA), replacing existing facilities, including historic residences. The project utilizes a Design-Bid-Build (DBB) delivery method and adheres to GSA's P-100 and CBP Design Standards. Key objectives include providing durable, sustainable, and climate-resilient infrastructure, ensuring functional and accessible facilities, and achieving LEED Gold and SITES Silver certifications. The CMa's responsibilities span project management, design review, construction oversight, quality assurance, and compliance with various standards and systems like BIM and GSA's PMIS (Kahua and Dr. Checks). The project emphasizes collaboration among all delivery team members and has a performance period extending to October 2029.
    The Coburn Gore Land Port of Entry project, under the Bipartisan Infrastructure Law, focuses on the development of a new facility in Franklin County, Maine, to enhance U.S. Customs and Border Protection operations. The project aims to design and construct a facility that meets current operational needs while adhering to sustainability standards, including achieving LEED Gold certification. The General Services Administration (GSA) will use the Design-Bid-Build project delivery method and engage a Construction Manager as Advisor (CMa) for oversight, quality assurance, and coordination among project stakeholders. Key responsibilities of the CMa include developing task orders, managing project documentation, and ensuring compliance with environmental guidelines, including NEPA. The project aligns with sustainability goals, targeting a Net Zero Ready facility with significant reductions in fossil fuel usage. Deliverables involve project management plans, progress documentation, and construction oversight, with expectations for regular reporting and adherence to strict timelines. The project aims to deliver a functional and accessible port that enhances operational efficiency while prioritizing environmental and community considerations. The project delivery team consists of various stakeholders, including CBP, GSA personnel, and contracted architects and engineers, responsible for adhering to established standards throughout the project's lifecycle.
    The Coburn Gore Land Port of Entry (LPOE) requires an upgrade to a three-phase, 480V electrical service to meet future carbon-neutral goals and CBP LPOE Design Standards. Currently, the LPOE operates on single-phase power from HydroQuebec (HQ) in Canada. Two options for upgrading to three-phase power were evaluated: extending service from Central Maine Power (CMP) in the US, or from HydroQuebec in Canada. The CMP option, spanning 22.1 miles and costing $6-8 million, was deemed unfeasible due to distance, environmental impact, and permitting complexities. The HydroQuebec option, at 2.2 miles and an estimated $211,216, is recommended due to its proximity and lower cost, requiring coordination with CMP for distribution on the US side. Additionally, the report explores renewable energy solutions, recommending either a 75KW or 100KW solar system or a 50KW pole-mounted wind turbine, each with comparable costs and energy production. While both are viable, solar is preferred for its predictability and lower maintenance.
    The report by Colby Company, prepared for the U.S. General Services Administration (GSA), evaluates the feasibility of upgrading the Coburn Gore Land Port of Entry (LPOE) in Maine to a three-phase, 480V electrical service aimed at achieving carbon neutrality. The existing facility, adjacent to Woburn, Quebec, currently operates on a single-phase power system supplied by HydroQuebec. The report examines two alternatives for upgrading power: extending three-phase power from Central Maine Power (CMP), which is financially unfeasible due to high costs (estimated between $6 to $8 million), or from HydroQuebec, which is only 2.2 miles away, with an estimated cost of approximately $211,216 USD. The report also explores renewable energy solutions, including rooftop and ground-mounted solar systems, and a pole-mounted wind turbine, suggesting combined use for more efficient energy provision. The solar systems could produce between 61,700 to 129,000 KWh/year depending on size, while the wind turbine is projected to generate around 100,000-110,000 KWh/year. The study concludes that pursuing three-phase power from HydroQuebec is the most feasible option, enabling the facility to upgrade and enhance its energy sustainability effectively.
    The General Services Administration (GSA) has issued Order PBS 1000.6B, revising the Public Buildings Service Cost and Schedule Management Policy Requirements (P-120). This policy establishes quality and service levels for cost and schedule management across project phases—planning, design, and construction—for GSA's federally owned and leased portfolio. It ensures effective budget development, adherence to schedules, and compliance with statutes. The P-120 emphasizes integrated cost, schedule, and value management, aligning with GAO best practices for reliable estimates and schedules. It outlines requirements for independent government estimates, third-party estimates, and professional services fee estimates, ensuring project costs are accurately defined and controlled throughout the project lifecycle. The policy categorizes projects by budget and risk, detailing specific deliverables and quality control measures. It also introduces updates like reduced redundancy, enhanced usability, and a master deliverable table.
    The GSA Order PBS 1000.6B outlines the updated Cost and Schedule Management Policy Requirements for the Public Buildings Service (PBS). The revised policy, termed P120, aims to standardize and improve cost and schedule management practices across all phases of PBS projects to ensure efficient project delivery that adheres to federal regulations. It specifies expectations for both internal and contracted resources regarding cost estimation, scheduling, risk analysis, and value management. Key changes in the updated policy include reduced redundancy, incorporation of best practices, enhanced usability, and the introduction of a Master Deliverable Table to facilitate clarity around requirements. The policy emphasizes the importance of well-documented, credible estimates and schedules that meet established quality standards set by the GAO. Overall, the P120 serves as a comprehensive framework to ensure that PBS projects are executed within scope, budget, and schedule while fostering an integrated approach to project delivery excellence. The policy mandates applying established principles of cost and schedule management across the project life cycle and includes responsibilities for quality assurance and control measures to improve consistency and reliability in project outcomes.
    This document is a two-phase Request for Proposal (RFP) for a Construction Manager as Constructor (CMc) Contract for a new Land Port of Entry (LPOE) at Coburn Gore, ME. Funded by the Bipartisan Infrastructure Law (BIL) and targeted for Inflation Reduction Act (IRA) funding, this solicitation covers Phase I, which includes Design Phase Services and an option for Construction Services at a Guaranteed Maximum Price (GMP). Key requirements include performance and payment bonds, with a bid guarantee required 90 days before the GMP option exercise and bonds due 14 days after. Offers must allow at least 120 calendar days for Government acceptance after Phase II offers are due. The proposal includes a detailed price form, evaluating offers based on Design Phase Services, various construction costs, CMc Contingency Allowance, and a Fee, culminating in a Total Evaluated Price. The project emphasizes the acquisition and installation of low embodied carbon materials.
    The document outlines a federal solicitation for a Construction Manager as Constructor (CMc) Contract to build a new Land Port of Entry (LPOE) in Coburn Gore, ME. It details the requirements for design phase services and an optional construction services agreement at a Guaranteed Maximum Price (GMP), funded under the Bipartisan Infrastructure Law and targeted for Inflation Reduction Act financing. This 2-phase Request for Proposal (RFP) requires interested contractors to submit sealed bids that meet specific performance and payment bond criteria. A bid guarantee is necessary 90 days before exercising the GMP option, while the contractor has 14 days post-GMP option exercise to furnish required bonds. Proposals must allow for a minimum of 120 days for government acceptance, and bids that do not meet this standard will be rejected. Pricing includes various construction costs, particularly focusing on low embodied carbon materials, with a structured evaluation for award to include base and option costs. The document emphasizes the importance of compliance with federal guidelines and detailed submission requirements for the bidding process.
    The GSA Solicitation No. 47PB0024R0068 outlines a two-phase advisory multi-step procurement process for a Construction Manager as Constructor (CMc) contract for the new Land Port of Entry (LPOE) in Coburn Gore, ME. Phase I requires technical proposals focusing on experience, management approach, key personnel qualifications, and past performance. An advisory shortlist will be developed, but exclusion does not prevent Phase II participation. Phase II, anticipated in July/August 2025, will require both technical and price proposals. The estimated project cost is between $90M and $100M, partially funded by the Inflation Reduction Act, which introduces specific requirements. Key aspects include a mandatory pre-proposal conference, a bid guarantee of 20% of the bid price or $3,000,000 (whichever is less) for Phase II, and detailed proposal submission guidelines, including electronic submission via email. The solicitation emphasizes rigorous evaluation criteria for both technical and price components, with an
    GSA Solicitation No. 47PB0024R0068 details a two-phase Construction Manager as Constructor (CMc) contract for a new Land Port of Entry (LPOE) in Coburn Gore, ME, estimated at $90M - $100M, partly funded by the Inflation Reduction Act. Phase I requires technical proposals by May 27, 2025, focusing on experience, management approach, key personnel qualifications, and past performance. An advisory shortlist follows, but exclusion doesn't prevent Phase II submission. Phase II, anticipated July/August 2025, requires technical and price proposals, with informational requirements subject to change. Two pre-proposal conferences are planned. Proposals must adhere to strict formatting, including page limits and electronic submission guidelines. Key personnel substitutions require CO approval. The solicitation outlines evaluation criteria, including socio-economic status for Phase II, and detailed price proposal requirements using Uniformat II. It mandates compliance with Buy American, small business subcontracting, and other FAR/GSAR provisions, and details the INFORM process for post-award communication.
    The GSA Solicitation No. 47PB0024R0068 details a two-phase Construction Manager as Constructor (CMc) contract for a new Land Port of Entry (LPOE) in Coburn Gore, ME, estimated between $90M-$100M, partly funded by the Inflation Reduction Act. Phase I requires technical proposals focusing on firm experience, management approach, key personnel qualifications, and past performance. An advisory shortlist will be developed, but exclusion does not prevent Phase II participation. Phase II, anticipated around July/August 2025, will require technical and price proposals. Proposals must adhere to strict formatting and content requirements, including detailed project management and safety plans. A bid guarantee and performance/payment bonds are required. The procurement follows an advisory multi-step process with pre-proposal conferences and site visits. Information on small business considerations, joint venture requirements, and the "INFORM" post-award communication process are also outlined.
    The GSA Solicitation No. 47PB0024R0068 outlines a multi-step procurement process for a Construction Manager as Constructor (CMc) contract to construct a new Land Port of Entry (LPOE) in Coburn Gore, ME. The solicitation includes a two-phase submission structure, starting with a Phase I Technical Proposal due on May 27, 2025. Offerors must detail their experience with similar projects, management approaches, and the qualifications of key personnel. The contract, partly funded by the Inflation Reduction Act (IRA), involves strict compliance with sustainability requirements and a detailed pricing structure. Phase II will launch around July/August 2025, involving further technical and pricing proposals following an advisory shortlist of Phase I submissions. Detailed proposal instructions are provided, emphasizing the importance of organization and adherence to specified formats. The evaluation of offers will consider both price and non-price factors, with a focus on small business participation and past performance. Additional provisions include requirements for bid guarantees, performance bonds, and compliance with federal regulations. This solicitation reflects the government's commitment to transparency, rigorous evaluation processes, and support for small business engagement in federal contracting.
    The GSA Solicitation No. 47PB0024R0068 outlines a multi-phase procurement process for contract work related to the New Land Port of Entry (LPOE) in Coburn Gore, Maine, using a Construction Manager as Constructor (CMc) model. The solicitation unfolds in two phases: Phase I requires the submission of Technical Proposals, with a government review leading to an advisory shortlist, while Phase II will call for both Technical and Price Proposals around mid-2025. Notably, contracts will be partly funded under the Inflation Reduction Act, necessitating adherence to specific requirements related to pricing and materials. The estimated construction cost ranges from $90 million to $100 million. Key sections include proposal content guidelines, evaluation criteria focusing on experience, management approach, qualifications of personnel, and past performance. Mandatory pre-proposal conferences and site visits will also be conducted. Proposal submissions must comply with formatting rules and submission guidelines to be considered valid. The solicitation stresses the importance of thorough review and adherence to regulatory compliance, particularly regarding small business participation and the Buy American Act. Overall, it underscores the government's intent to ensure a successful project outcome through careful evaluation and clear communication with potential contractors.
    The GSA Solicitation No. 47PB0024R0068 seeks proposals for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, ME, utilizing a Construction Manager as Constructor (CMc) model. This procurement will occur in two phases; Phase I requires technical proposals by May 27, 2025, after which an advisory shortlist will be created. Eligible offerors can submit Phase II proposals in mid-2025, which will include technical and price components. Key elements include requirements for project experience in similar construction, a detailed management and technical approach, and qualifications of key personnel. The contract is anticipated to have a value between $90 million and $100 million, partially funded by the Inflation Reduction Act (IRA), which imposes specific pricing and invoicing standards. Offerors must also adhere to guidelines regarding the bidding process, including the need for a bid guarantee and the stipulation for pre-proposal conferences. Additionally, compliance with Buy American standards and potential limitations on subcontracting for small businesses are notable aspects of the proposal requirements. The document emphasizes the necessity for meticulousness in proposal formatting and submission to ensure eligibility for contract award.
    The document outlines a Construction Manager as Constructor (CMc) Contract (Sol. Reference No. 47PB0024R0068) for the expansion and modernization of the Coburn Gore Land Port of Entry (LPOE) in Maine. This project, detailed across 57 pages, aims to strengthen supply chains, improve operational capabilities, and enhance security while preserving the LPOE's historic character. The contract includes Design Phase Services and an option for Construction Services at a Guaranteed Maximum Price (GMP). Key aspects include adherence to GSA Design Excellence and Operational Excellence guidelines, PBS Core Building Standards, and the use of low embodied carbon materials as per the Inflation Reduction Act. The document details project goals, pricing structures, terms and conditions (including contractor responsibilities, schedules, submittals, liquidated damages, and insurance), and various federal and GSA acquisition regulations (FAR and GSAR clauses). It specifies requirements for CMc Contingency Allowance usage, shared savings incentives, security clearances, and safeguarding Controlled Unclassified Information (CUI).
    This government file outlines the Construction Manager as Constructor (CMc) Contract for the New Land Port of Entry (LPOE) in Coburn Gore, Maine (Sol. Reference No. 47PB0024R0068). The project aims to expand and modernize the historic 1932 LPOE to enhance operational capabilities, security, and economic growth while adhering to GSA Design Excellence, Operational Excellence guidelines, and PBS Core Building Standards. Key goals include maintaining full port operations and accessibility during construction, ensuring continuous utility availability, delivering design and construction excellence, addressing existing facility deficiencies, preserving historic character, incorporating durable and sustainable materials, and providing a functional port for agencies and the public. The contract includes provisions for Design Phase Services and an option for Construction Services at a Guaranteed Maximum Price (GMP), with detailed pricing structures, terms, and conditions covering contractor responsibilities, project schedules, submittals, liquidated damages, insurance, bonds, payment procedures, security clearances, and safeguarding of Controlled Unclassified Information (CUI).
    The document outlines a Construction Manager as Constructor (CMc) Contract for the expansion and modernization of the Coburn Gore Land Port of Entry (LPOE) in Maine. This project aims to improve operational capabilities, strengthen supply chains, and enhance security while preserving the LPOE's historic character. The contract covers both Design Phase Services (firm-fixed-price) and an optional Construction Services phase with a Guaranteed Maximum Price (GMP). Key aspects include adherence to GSA Design Excellence and PBS Core Building Standards, detailed pricing structures, and specific terms for performance, invoicing, and security. The project also emphasizes the use of Inflation Reduction Act (IRA) Low Embodied Carbon (LEC) materials, with specific requirements for their acquisition and documentation. Provisions for managing costs, shared savings, and the CMc Contingency Allowance are detailed, along with clauses for contract modifications and dispute resolution. Accounting records, audit requirements, and controlled unclassified information (CUI) safeguarding are also addressed.
    The document outlines an agreement for the Construction Manager as Constructor (CMc) Contract regarding the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine. It emphasizes the project’s aim to enhance operational capabilities, strengthen supply chains, and improve facility infrastructure while maintaining compliance with historical preservation standards. The contract encompasses design phase services, with a Guaranteed Maximum Price (GMP) option for construction services. Key project goals include maintaining full operational capacity during construction, ensuring accessibility, achieving sustainability through durable materials, and adhering to government design standards. Specific terms cover project timeline, liquidated damages, pricing mechanisms, contractor responsibilities, and compliance with safety and regulatory requirements. The contractor must maintain insurance and performance bonds while ensuring transparency in cost management. This initiative reflects the federal government's commitment to not only modernize critical infrastructure but also uphold historic integrity and operational efficiency.
    The document outlines the Construction Manager as Constructor (CMc) contract for the Coburn Gore Land Port of Entry (LPOE) in Maine. This federal project aims to expand and modernize the LPOE, enhancing operational capabilities and infrastructure to improve U.S. Customs and Border Protection (CBP) functions while preserving its historic character. The contract includes the Design Phase Services and a Guaranteed Maximum Price (GMP) Option for the construction phase. Key objectives encompass maintaining site operations during construction, ensuring accessibility and security, and implementing sustainable design elements. The contractor is responsible for adhering to various guidelines, including GSA standards and providing construction management that meets the project's demands. The document details pricing methodologies, terms and conditions, insurance requirements, and contractor responsibilities. It also emphasizes the importance of liquidated damages for delays, the use of low embodied carbon materials under the Inflation Reduction Act, and robust management of subcontractors. Overall, this agreement reflects the federal government's commitment to enhancing border security while adhering to regulatory standards and promoting sustainable development practices in public infrastructure projects.
    The document outlines the Construction Manager as Constructor (CMc) contract for the new Land Port of Entry (LPOE) in Coburn Gore, Maine, aimed at modernizing and expanding operations to enhance supply chain and facility infrastructure. The agreement details project goals, including maintaining uninterrupted operations during construction, adhering to historic preservation standards, and ensuring accessibility and security. It also specifies the contractor's responsibilities during the Design Phase and subsequent construction, with a Guaranteed Maximum Price (GMP) option included. Key elements encompass contract pricing, performance timelines, liquidated damages for delays, insurance minimums, and compliance with federal regulations, including Buy American and sustainability requirements. The document emphasizes delivering high-quality work using low embodied carbon materials, promoting energy efficiency, and addressing climate resilience. Overall, the agreement reflects the government's commitment to improving border facilities while adhering to regulations and fostering economic growth through robust infrastructure investments in border security.
    The document appears to be a list of contacts from various construction and related companies, likely compiled for a government RFP, federal grant, or state/local RFP. It includes company names such as Landry/French Construction, Cianbro/AZ Corp, Penobscot General Contractors, Ducas Construction, Black River Design, Greenlaw Electric LLC, Dubois & King, Dew Construction, Consigli Construction, and Pernini Management Services. For each company, the list provides the name, title, and email address of key personnel, indicating roles such as Director of Business Development, Director of Operations, Senior Proposal Manager, Regional Manager, Senior Preconstruction Manager, President, Senior Project Manager, Office Manager, Estimator, Director of Marketing, Owner, VP Business Development, Federal Proposal Manager, Director Federal Division, Project Executive, Regional Director, and Business Development Manager. The inclusion of "Invite Sent?" and "Attended meeting?" suggests this is a contact log for outreach, potentially for a pre-bid meeting or to gauge interest in a project.
    The document outlines a list of companies and their representatives who have been invited to participate in government-related projects, specifically focused on federal and state RFPs (Requests for Proposals) and grants. Each entry includes the company name, representative's title, email address, and whether they attended a meeting. Notable companies include Landry/French Construction, Cianbro/AZ Corp, Penobscot General Contractors, and Consigli Construction, among others. The purpose of this document is to catalog contacts for potential collaboration on projects requiring construction and related services, ensuring comprehensive communication with key stakeholders. This approach supports the federal initiative to engage various contractors, facilitating better project outcomes through targeted proposals and partnerships in response to RFPs. The information is critical for tracking engagement and participation in the bidding process for government-funded projects, reflecting the competitive landscape of the construction industry in fulfilling public sector needs.
    The GSA Solicitation No. 47PB0024F0068 outlines mandatory offeror representations and certifications for federal contracts. Key requirements include adhering to NAICS code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $45 million. Offerors must confirm their System for Award Management (SAM) registration, address specific FAR clauses on topics like independent price determination, payments to influence federal transactions, and prohibitions on certain confidentiality agreements. The solicitation also mandates disclosure of Commercial and Government Entity (CAGE) codes, representations concerning telecommunications and video surveillance equipment (Section 889 compliance), and disclosures related to the Federal Acquisition Supply Chain Security Act (FASCSA) orders. Furthermore, offerors must provide information on responsibility matters, certify compliance with arms control treaties, and adhere to Cost Accounting Standards (CAS) requirements, including submitting Disclosure Statements if applicable. These provisions ensure transparency, compliance, and national security in federal contracting.
    GSA Solicitation No. 47PB0024F0068 provides a detailed overview of Offeror Representations and Certifications required for submissions in response to government contracts, particularly in the context of federal construction under NAICS code 236220. Emphasizing compliance with various Federal Acquisition Regulation (FAR) clauses, the document outlines the small business size standards, pertinent certifications, and representations that offerors must complete. Key provisions include requirements for reporting on telecommunications equipment compliance, Cost Accounting Standards, and disclosures related to legal accountability of contractors. Offerors must check their status in the System for Award Management (SAM) and ensure accurate disclosure regarding their financial and operational integrity, especially pertaining to any previous relevant legal proceedings. The solicitation underscores the necessity for transparency in these representations, which influence contract eligibility and award decisions. This framework ensures that government contracting adheres to legal and ethical standards while facilitating participation from various businesses, including small and disadvantaged enterprises. The document serves as a vital guide for offerors seeking to engage in government contracting by clarifying compliance obligations and enhancing procurement integrity.
    The PBS Past Performance Questionnaire is a crucial document for evaluating contractor performance in federal, state, and local government solicitations. This questionnaire collects comprehensive information on a contractor's past projects, including contract details, project descriptions, and performance ratings across various categories. Clients are instructed to complete the questionnaire, assessing the contractor's quality, adherence to schedules, customer satisfaction, management, financial practices, safety, and overall performance. The document defines a rating scale from 'Exceptional' to 'Unsatisfactory,' ensuring a standardized evaluation. It also includes sections for clients to provide detailed comments and indicate whether they would rehire the firm, aiding PBS in assessing performance risk for future solicitations.
    The PBS Past Performance Questionnaire is designed for clients to evaluate contractors' performance on government projects. Clients are encouraged to complete the questionnaire and submit it directly to the contractor (offeror), who will include it with their proposal to the PBS. The document outlines sections for contractor information, work details, contract specifics, a project description, and several evaluation criteria using a rating scale from Exceptional (E) to Unsatisfactory (U). Key evaluation areas include quality of work, timeliness, customer satisfaction, management effectiveness, cost management, safety compliance, and overall performance. The questionnaire also seeks input on the contractor's adherence to sustainability practices and invites comments regarding strengths and weaknesses in their performance. This structured approach aims to foster transparency and inform decision-making in future contract awards while allowing the government to verify the subcontracted work's effectiveness and reliability.
    This document outlines a Non-Disclosure Agreement (NDA) from the Department of Homeland Security, U.S. Customs and Border Protection, specifically for individuals granted conditional access to sensitive government information. It details the types of protected information, including Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and various categories of Sensitive But Unclassified (SBU) information. The agreement mandates compliance with specific laws, regulations, and procedures for safeguarding, disseminating, and handling this information. Key provisions include obligations to protect against unauthorized disclosure, report security violations, surrender materials upon demand or completion of duties, and a prohibition on altering markings. Violations can lead to administrative, disciplinary, civil, or criminal action. The NDA also clarifies that it does not supersede existing whistleblower protections or other secrecy agreements, emphasizing the enduring nature of its terms.
    The Non-Disclosure Agreement (NDA) issued by the Department of Homeland Security (DHS) and U.S. Customs and Border Protection (CBP) is designed to protect sensitive information accessed by individuals involved with the agency. The agreement outlines the types of sensitive data such as Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and other Sensitive But Unclassified (SBU) information. Signers are obliged to comply with the laws and regulations governing these categories, ensuring confidentiality and responsible handling of the information. Key provisions include obligations to report security violations, return information upon request, and restrict unauthorized disclosure or handling of sensitive data. The NDA emphasizes that violations may result in serious repercussions, including administrative or legal actions. Additionally, it asserts that the agreement remains in effect even after access to information is terminated, highlighting the ongoing importance of safeguarding national security and sensitive federal operations. This NDA is integral to maintaining security within government contracts and operations, particularly relevant in contexts involving RFPs, grants, and other federal engagements.
    The Pre-Proposal Conference for Phase I RFP 47PB0024R0068, concerning the Coburn Gore, ME LPOE CMc Construction Services, outlined key aspects of the project. The solicitation method is an Advisory Multi-Step RFP, with Phase I technical proposals due by May 27, 2025. This phase focuses on the offeror's experience, management approach, key personnel qualifications, and past performance. A second pre-proposal conference will precede Phase II, which will address price, sustainability, and small business participation. The estimated total contract price is between $90M and $100M. Offers exceeding this range may be deemed ineligible due to budgetary constraints. Important considerations for Phase II include a Small Business Subcontracting Plan and Cost Accounting Standards (CAS) compliance, requiring a CPA certification for accounting systems. The government intends to award the contract based on the best value, with non-price factors significantly more important than price. All requests for clarification must be submitted via email at least twenty calendar days prior to the offer due date.
    The document outlines the Pre-Proposal Conference details for the Phase I RFP 47PB0024R0068, related to construction services at the Coburn Gore, ME LPOE. Scheduled for April 22, 2025, the conference includes a presentation followed by a Q&A session, emphasizing that all inquiries should adhere to the formal process and will not alter the RFP without an official amendment. The RFP seeks proposals for design and construction services, with a focus on experience and management strategies. Key deadlines include the submission of Phase I Technical Proposals by May 27, 2025, and the anticipated release of a Phase II RFP around July 2025. Evaluation criteria for proposals include experience with similar projects (30%), management approach (25%), personnel qualifications (20%), and past performance (20%), underscoring the importance of non-price factors. The projected construction budget is between $90M and $100M. Offerors are required to follow specific submission guidelines, with emphasis on organization and format to avoid disqualification. Proposals must demonstrate a solid project management plan and outline compliance with cost accounting standards. Overall, this RFP aims to identify a qualified contractor capable of meeting the project’s rigorous standards and timelines while promoting small business participation.
    Amendment 01 to Solicitation 47PB0024R0068 for the Coburn Gore LPOE CMc New Construction project introduces several key changes. The proposal due date remains May 27, 2025, at 2:00 PM EST. Significant revisions include the removal of FAR Clause 52.222-21 from Section IV.C. of the Phase I Agreement Document and the addition of notes in Section IV.B. and IV.B.(12) regarding FAR 52.244-5 applicability to GMP Construction Services. The point of contact for Jacobs Technology Inc. in Section II.E.6 has been updated to John Ososkie and Michael Alvarez. IRA requirements in various sections of both the Solicitation and Agreement documents have been revised, as have the Evaluation Factors in Sections II.C., VII.A., and VII.F. A new paragraph (5) has been added to Section II.F., requiring Joint Ventures to be SAM-registered before proposal submission. Responses to RFI questions are incorporated, clarifying that parent company or related entity information can be used for past performance evaluation if the relationship is disclosed. Finally, updated copies of the Phase I Solicitation and Agreement documents are attached, replacing the originals. Offerors are reminded to acknowledge receipt of this amendment.
    Amendment 02 for Solicitation 47PB0024R0068, Coburn Gore LPOE CMc New Construction, extends the proposal due date to June 3, 2025, at 2:00 PM EST. It also incorporates responses to RFI questions, clarifying that the contract is subject to full CAS coverage due to its value exceeding $50 million, requiring the submission and review of CAS Disclosure Statements (CASB DS-1) by the Office of the Inspector General (OIG). Furthermore, the amendment confirms that performance recognition documents from projects beyond the three similar examples are acceptable for Phase I proposals. Offerors are reminded to acknowledge receipt of this amendment through the specified methods. All other terms and conditions of the solicitation remain unchanged.
    Amendment 03 to Solicitation 47PB0024R0068 for the Coburn Gore LPOE CMc New Construction project extends the proposal due date to June 17, 2025, at 2:00 PM EST. It also incorporates responses to RFI questions, clarifying that example Quality Control and testing plans can be submitted as an appendix/attachment, exceeding typical page limits. The document, a Standard Form 30, outlines the process for acknowledging amendments to solicitations and modifications to contracts, detailing required fields, effective dates, and instructions for contractors and contracting officers. It emphasizes that all other solicitation terms and conditions remain unchanged. This amendment ensures offerors are aware of key date changes and submission guidelines, crucial for federal government RFP processes.
    Amendment 04 to Solicitation 47PB0024R0068 for the Coburn Gore LPOE CMc New Construction project extends the proposal due date to June 24, 2025, at 2:00 PM EST. This amendment introduces new requirements for a Project Labor Agreement (PLA) in accordance with FAR 52.222-33, Alternate II, and FAR 52.222-34, Alternate I. The contractor and subcontractors are required to negotiate or become parties to a PLA for the construction contract. Key provisions of the PLA include binding all parties to the agreement, allowing competition regardless of existing collective bargaining agreements, guaranteeing against job disruptions, establishing dispute resolution procedures, and promoting labor-management cooperation. An executed and acceptable PLA is mandatory before exercising the Guaranteed Maximum Price (GMP) construction option. This amendment does not alter other solicitation terms or prices. Offerors must acknowledge receipt of this amendment by the specified methods.
    The document is Standard Form 30 (SF 30),
    This document serves as an amendment to solicitation 47PB0024R0068 for the Coburn Gore LPOE CMc New Construction project. The proposal submission deadline remains unchanged for May 27, 2025, at 2:00 PM EST. Key amendments include the removal of FAR Clause 52.222-21 from the Phase I Agreement Document, updates to the IRA requirements, and changes to the evaluation factors. Additionally, the Point of Contact for Jacobs Technology has been updated to John Ososkie and Michael Alvarez. Notably, contractors submitting proposals must be separately registered as Joint Ventures in SAM. Responses to specific RFI questions are incorporated, detailing the allowance of related entity performance information in evaluations, provided relationships are disclosed. Updated phase documents are attached, replacing the originals completely. The amendment emphasizes that all terms and conditions not altered remain in effect and stresses the importance of acknowledging the amendment receipt to avoid offer rejection.
    The document serves as an amendment to the solicitation 47PB0024R0068 for the Coburn Gore LPOE Construction project, outlining key changes and important instructions for bidders. Notably, the due date for proposals has been extended to June 3, 2025, at 2:00 PM EST. Additionally, it addresses specific questions received from potential offerors regarding the Compliance with Cost Accounting Standards (CAS) audit due to the project’s estimated budget of over $50 million, stipulating full CAS coverage. Offerors are required to submit CAS Disclosure Statements which will be reviewed for compliance prior to the contract award. Furthermore, the amendment clarifies that including performance recognition documentation from other projects in Phase I proposals, beyond the required three similar project examples, is acceptable. Bidder acknowledgment of this amendment prior to proposal submission is mandatory to prevent rejection. The document highlights the structured format for modifications and maintains the unchanged terms of the original solicitation.
    The document outlines Amendment 03 related to Solicitation 47PB0024R0068 for the Coburn Gore LPOE Construction project. Its primary purpose is to inform bidders of important updates affecting the submission of proposals. Key changes include the extension of the proposal due date to June 17, 2025, at 2:00 PM EST, and the incorporation of responses to received RFIs (Requests for Information). Specifically, it allows for the quality control and testing plans to be submitted as appendices, addressing concerns about page limits for these extensive documents. The document further emphasizes the importance of acknowledging receipt of the amendment to avoid potential rejection of proposals. Overall, the amendment ensures that all parties are updated regarding procedural changes while maintaining the original solicitation terms intact.
    The document outlines an amendment to Solicitation 47PB0024R0068, pertaining to the Coburn Gore LPOE construction project. Key changes include an extension of the proposal due date to June 24, 2025, at 2:00 PM EST, and the addition of a Project Labor Agreement (PLA) requirement in Section IV of the solicitation. The amendment specifies that upon contract award, the successful bidder must negotiate a PLA with relevant labor organizations and require all subcontractors to comply. Furthermore, the PLA must ensure the construction project's continuity without disruptions, and various labor-management cooperation mechanisms must be included. The amendment emphasizes that an acceptable PLA must be secured before exercising the Guaranteed Maximum Price (GMP) option. The rest of the solicitation details remain unchanged, and offerors are reminded to acknowledge receipt of the amendment per specified methods. This document is part of the procedural framework outlining federal contracting requirements, ensuring compliance and the efficient management of labor resources in large-scale construction projects.
    Similar Opportunities
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement & Construction (BRIC)/Paving Project, Santa Teresa, NM
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Design Build Construction Services for the Santa Teresa Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC) project in Santa Teresa, New Mexico. The project involves the repair and replacement of approximately 202,455 square feet of pavement, including localized patching, full pavement section reconstruction, utility relocation, and traffic control measures to minimize disruption during construction. This procurement is a total small business set-aside, with an estimated construction cost between $5 million and $10 million, and proposals are due by January 21, 2026, at 12:00 p.m. Central Time. Interested contractors should contact Ashley C. Morgan at ashley.morgan@gsa.gov or (817) 223-9839 for further details and must monitor SAM.gov for any amendments to the solicitation.
    REPAVE CGA, PSN 30134884
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting bids for the "Repave CGA" project at the U.S. Coast Guard Academy in New London, Connecticut. This project involves extensive repaving work across multiple locations, including Campbell Drive, Eagle Drive, Pickering Road, and Lot J, which encompasses the removal of existing pavement, installation of new asphalt and porous concrete, and improvements to storm drainage systems. The project is crucial for maintaining the infrastructure of the Academy and ensuring safe access for personnel and visitors. Bids are due by January 6, 2026, with a project budget estimated between $1,000,000 and $5,000,000, and interested parties should direct inquiries to Nadine Provost at Nadine.M.Provost@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil.
    Construct Repository Cover to Support the Callahan Mine Superfund Site in Brooksville, Maine.
    Dept Of Defense
    The U.S. Army Corps of Engineers, New England District, is preparing to solicit bids for the construction of a repository cover to support the Callahan Mine Superfund Site in Brooksville, Maine. This project involves the installation of a composite cap over approximately 13 acres to limit infiltration through mine waste from historical copper mining operations, with components including crushed stone, a drainage layer, a geomembrane, and geofabric. The contract is a 100% Small Business Set-Aside with an estimated value between $5 million and $10 million, and work is expected to take place during the peak months from Spring through Fall. Interested parties should note that the solicitation will be available online around mid-January 2026, and inquiries can be directed to Elizabeth Glasgow at elizabeth.k.glasgow@usace.army.mil or Erin Bradley at erin.e.bradley@usace.army.mil.
    Maine Air National Guard Fuel Cell Hangar Construction
    Dept Of Defense
    The Department of Defense, through the Maine Air National Guard, is seeking bids for the construction of a Fuels Systems Maintenance Hangar at Bangor Air National Guard Base in Maine. This project requires a contractor to provide all necessary labor, materials, and supervision to complete the construction using conventional methods, with a contract duration of 672 calendar days following the notice to proceed. The opportunity is set aside exclusively for small businesses, with a contract value estimated between $25 million and $100 million, and the solicitation is expected to be issued around December 29, 2025. Interested contractors should contact Cameron Doncet Hall at 207-404-7353 or via email at 101.msg.msc.contracting@us.af.mil for further details, and must be registered in the System for Award Management (SAM) to participate.
    Calais IA Flood Restoration
    General Services Administration
    The General Services Administration is seeking contractors for the Calais IA Flood Restoration project, aimed at repairing and altering office buildings in Calais, Maine. The procurement involves addressing the damages caused by flooding, with specific details outlined in the attached documentation. This restoration is crucial for maintaining the functionality and safety of government facilities in the affected area. Interested parties can reach out to Sotheavy Khon at sotheavy.khon@gsa.gov or call 617-565-8892 for further information regarding the project and submission requirements.
    CBP Design-Build Construction IDIQ
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Customs and Border Protection (CBP), is seeking proposals for multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at designing and constructing various CBP facilities across the United States. The scope of work includes the construction, renovation, and maintenance of facilities such as checkpoints, sector headquarters, and border patrol stations, utilizing a Design-Build delivery method to address outdated infrastructure critical for modern border security operations. The total estimated value of the IDIQ contracts is $10 billion, with a minimum order value of $10,000 per task order and a contract duration of five years from the date of award. Proposals are due by January 20, 2026, and interested parties should direct inquiries to Sai Velaga at sai.p.velaga@cbp.dhs.gov or Gary Robertson at gary.r.robertson@cbp.dhs.gov.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Repair and Abate Boat Maintenance Facility (BMF) at USCG Sector Southeastern New England, Woods Hole, Massachusetts
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for the Repair and Abate Boat Maintenance Facility (BMF) at the USCG Sector Southeastern New England in Woods Hole, Massachusetts. The project involves comprehensive maintenance and repairs, including the repair of exterior siding, roofing, doors, and windows, as well as the abatement of lead-based paint and concrete repairs. This initiative is critical for maintaining the operational integrity of the facility, ensuring compliance with safety and environmental regulations. Interested small businesses must submit their bids by January 7, 2026, at 2:00 PM EST, and can direct inquiries to Cam Ormiston at cameron.h.ormiston@uscg.mil or Simon W. Leung at simon.w.leung@uscg.mil. The estimated contract value ranges between $1,000,000 and $5,000,000, with a completion timeline of 300 calendar days from the notice to proceed.