LPOE Refresh Orient ME
ID: 47PB0025R0007Type: Solicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R5 ACQUISITION MANAGEMENT DIVISIONCHICAGO, IL, 60604, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is soliciting proposals for the renovation of the Land Port of Entry (LPOE) facility in Orient, Maine, under Solicitation No. 47PB0025R0007. The project aims to modernize the facility to meet current standards for customs border protection, involving significant interior renovations, upgrades to electrical and plumbing systems, and installation of new finishes and security features. This Total Small Business Set-Aside contract has an estimated value between $1,000,000 and $5,000,000, with proposals due by February 4, 2025, at 12 PM Eastern Time. Interested contractors should contact Neal Deodhar at neal.deodhar@gsa.gov or Justin Baysore at justin.baysore@gsa.gov for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    This government solicitation outlines the requirements for constructing and restoring the exterior masonry at the Orient Land Port of Entry in Orient, Maine, under RFP 47PB0025R0007. The solicitation specifies that contractors must submit sealed bids, including an offer guarantee, and agree to complete the project within a stipulated timeline starting from the notice to proceed. The performance period spans from March 17, 2025, to September 1, 2025. A firm fixed price contract will be utilized, and all labor, materials, and supervision must adhere to federal standards. The document includes essential details such as the solicitation number, contact information for the contracting officer, and acknowledgment of amendments. It emphasizes the need for performance and payment bonds and states the rejection of offers that do not meet minimum acceptance guidelines. Overall, the purpose is to solicit qualified contractors for essential repair and alteration work in line with federal construction regulations, ensuring compliance with specific requirements for efficient project execution.
    This document serves as an amendment to a federal solicitation and outlines procedures for acknowledging receipt. Offers must acknowledge this amendment before the specified deadline using designated methods, including completing specific items on the form or notifying via letter. The document specifies that any changes to already submitted offers can be made through telegram or letter, referencing the solicitation numbers. Additionally, it details the structure and items that must be completed for the amendment/modification process, such as contract identifiers, effective dates, and the reasons for modifications. This particular amendment (#001) updates attachment 47PB0025R0007 to include new structural drawings while maintaining that all other terms and conditions remain unchanged. Therefore, the document emphasizes the importance of timely acknowledgment and proper documentation in federal contracting procedures, reflecting standard practices in government RFPs and procurement processes.
    The document outlines Amendment 002 to Solicitation RFP 47PB0025R0007, concerning the renovation of the Orient Land Port of Entry (LPOE). It establishes critical instructions for contractors regarding acknowledgment of the amendment, submission processes, and significant deadlines. A pre-proposal conference and site visit are scheduled for January 14, 2025, to clarify solicitation details and allow contractor inquiries. Essential required documentation includes the Standard Form 1442, divisional price breakdown, and acknowledgment of amendments. The construction aims to modernize the facility for customs border protection, involving interior renovation, electrical and plumbing updates, and installation of new fixtures. A notable provision under the Buy American Act mandates the use of domestic construction materials, with certain exceptions requiring approval. Contractors must also secure security clearances through the HSPD 12 process for site access. Proposal submissions are due by January 31, 2025, at 5:00 PM ET, emphasizing initial offers should be competitive as negotiations may not occur. All existing solicitation terms remain in effect unless formally amended. The contract completion is required by September 1, 2025, ensuring all requirements are met within the specified timeframe.
    The document details Amendment 003 for the RFP 47PB0025R0007 related to the Orient LPOE building project. It outlines procedures for acknowledging receipt of the amendment and provides instructions for modifying submitted offers. Key changes in the amendment include the incorporation of responses to previously submitted RFIs (Requests for Information), the addition of an Asbestos Report, and an extension of the proposal due date to February 3, 2025, at 5 PM Eastern Time. The amendment underscores that all other terms of the solicitation remain unchanged. Key clarifications address construction management, including timelines, contractor responsibilities for utility provision during project execution, historical preservation standards, and project scope, emphasizing that the port will be closed during renovations. Other practical considerations such as material procurement timelines are discussed to aid contractors in planning for potential delays. Overall, this amendment serves to ensure transparency and clarity for contractors competing for the project while facilitating compliance with safety and regulatory standards during construction.
    The document is an amendment to a government solicitation (RFP 47PB0025R0007) which outlines essential procedures for submitting acknowledgments and modifications. It emphasizes that offers must be acknowledged prior to a specified deadline, detailing acceptable methods such as completing specific items on the form or submitting a separate letter referencing relevant solicitation and amendment numbers. The amendment notably modifies the original solicitation by removing "Option 1" and extends the proposal due date by one day to February 4, 2025, at 12 PM Eastern Time. All other solicitation terms remain unchanged. Contractors are instructed to sign the amendment document and return it with their proposals. This amendment process is critical in maintaining compliance and clarity for prospective bidders, ensuring proposals meet established requirements for government contracts.
    The document outlines Solicitation No. 47PB0025R0007 for the renovation project at the Orient, ME U.S. border facility. This project is a 100% Total Small Business Set-Aside, with proposals due by January 31, 2025. The work involves demolishing existing interior structures, upgrading electrical and plumbing systems, and installing new interior finishes and security installations. The expected duration for substantial completion is 135 days from the Notice to Proceed, with total performance estimated at 165 days. Key provisions include compliance with U.S. laws regarding Buy American requirements, insurance obligations, and the necessity of securing permits. Additionally, contractors must accommodate strict security clearances for personnel accessing the site and maintain confidentiality with controlled unclassified information related to the project. The document specifies contractual terms regarding pricing, responsibilities, and project execution, codifying potential liquidated damages and the submittal process for progress payments. Overall, the agreement emphasizes the commitment to modernizing government facilities while adhering to financial, regulatory, and security protocols.
    The GSA Solicitation No. 47PB0025R0007 pertains to the construction project for the LPOE Refresh in Orient, Maine, fully set aside for small businesses. Proposals must be submitted via email by 01/31/2025, and an estimated project cost ranges between $1,000,000 and $5,000,000. Key components of the solicitation include a mandatory pre-proposal conference on 01/14/2024 and a site visit. Proposals must consist of a price proposal, technical proposal, and necessary certifications and forms. The evaluation criteria will consider price reasonableness, technical merit, and past performance, with the intention of awarding a firm-fixed-price contract. Furthermore, the solicitation outlines bonding requirements, compliance with labor standards, and expectations regarding affirmative action for minority and female participation in construction. The document emphasizes adherence to various Federal Acquisition Regulations (FAR) and GSA-specific guidelines, highlighting the importance of performance assessments and financial responsibilities. This solicitation serves to ensure that the project meets governmental standards while fostering small business participation and community engagement in federal contracting processes.
    The document primarily focuses on collecting qualifications and financial information from contractors submitting proposals for government contracts. It adheres to the Paperwork Reduction Act and provides a structured template for contractors to disclose essential business details, including the type of organization, taxpayer ID, financial status, and ownership information. Key sections include debt obligations, government financing details, balance sheet figures, income statements, and any past due accounts. Moreover, it inquires about past performance on government contracts, current obligations, and any pertinent financial history, including bankruptcy or claims against the contractor. The purpose is to establish financial responsibility and credibility, ensuring that procurement bodies evaluate potential contractors adequately. The structured and detailed nature of the document reflects its relevance within federal and state/local RFP processes, aiming to assure transparency and accountability in public contracting.
    The United States General Services Administration (GSA) has issued a Past Performance Questionnaire as part of their evaluation process for selecting a contractor for a specific project identified by Solicitation No. 47PB0025R0007. The document requests detailed information from respondents concerning their previous work experience, including contractor details, contract specifics, and project descriptions. Respondents are asked to evaluate contractor performance across several categories, including quality, timeliness, customer satisfaction, management effectiveness, cost management, safety, and sustainability. The evaluations utilize a rating scale ranging from Exceptional (E) to Unsatisfactory (U), along with opportunities to provide comments on the contractor's strengths and weaknesses. The completed questionnaire must be sent back electronically before January 31, 2025, and it is emphasized that the responses will remain confidential, ensuring they are not shared with the contractors being evaluated. Overall, this document serves as a structured method for gathering feedback that will contribute to the decision-making process in awarding federal contracts, aligning with the goals of transparency and accountability in government procurement.
    The GSA Solicitation No. 47PB0025R0007 outlines various representations and certifications required from offerors in the context of federal procurement, specifically for building construction projects coded under NAICS 236220. Key points include the small business size standards of $45 million annual receipts and specifics regarding suppliers who might use end items not manufactured by them. Offerors are guided on their obligations related to registration in the System for Award Management (SAM), providing their Commercial and Government Entity (CAGE) code, and complying with federal regulations on telecommunications and supply chain security. The document stresses the importance of transparency regarding responsibility matters, certifications related to arms control compliance, and maintaining up-to-date information in FAPIIS. Overall, the purpose of this solicitation is to ensure that offerors meet stringent governmental criteria for participation in federal contracts, focusing on eligibility, compliance, and integrity while upholding national security standards. This framework supports the government's commitment to equitable procurement practices and accountability in federal contracting.
    The document is a Bid Bond form, specifically Standard Form 24, used in federal procurement processes to guarantee a contractor's bid on government contracts involving construction, supplies, or services. The form outlines the Principal's legal obligations and the conditions under which the bond becomes void, particularly if the awarded contractor executes formal contracts and provides required performance bonds within specified timeframes. It highlights that Sureties—financial entities or individuals assuring the Principal's performance—are mutually bound to the government for the penal sum of the bid. Key elements of the form include the identification of the Principal, Sureties, bid details, and legal signatures required for validity. Additionally, the document emphasizes that deviations from this standard format require prior approval, ensuring adherence to federal regulations. It further explains stipulations concerning the roles of corporate and individual Sureties, including the necessity for corporate seals and liability limits. In summary, this Bid Bond form serves as a critical instrument in federal contracts, securing the government's interest until contractual agreements are fulfilled by the awarded bidder.
    The government file addresses federal and state RFPs (Requests for Proposals) and grants, focusing on funding opportunities and guidelines for various projects. It outlines the intent to improve public services and infrastructure through strategic partnerships with organizations capable of delivering specific solutions. Key areas of emphasis include community development, environmental sustainability, technology integration, and promoting health initiatives. The document explains the application process, eligibility criteria, and evaluation metrics that will be used to assess submitted proposals. It provides detailed instructions for potential applicants, highlighting the importance of demonstrating capability, experience, and innovative approaches to problem-solving. Furthermore, there is a focus on compliance with federal and state regulations, ensuring that funded projects align with established goals for economic and social advancement. Overall, the file serves as a comprehensive resource for organizations seeking federal and state funding, promoting effective use of public funds to enhance community well-being and infrastructure.
    The document outlines wage determinations under the Davis-Bacon Act for building construction projects in Aroostook County, Maine, effective November 15, 2024. It specifies minimum wage rates for various construction labor classifications, detailing different wage requirements based on the contract award date and applicable Executive Orders. For contracts initiated or renewed after January 30, 2022, workers must be paid a minimum of $17.20 per hour, while those awarded between January 1, 2015, and January 29, 2022, must receive at least $12.90. The document also includes information about paid sick leave as stipulated in Executive Order 13706 and highlights the appeal process for wage determination disputes. It emphasizes the necessity for contractors to adhere to these wage standards and provide protections for workers, reinforcing compliance with federal labor regulations. The comprehensive wage schedule serves to ensure fair compensation for construction laborers while promoting transparency in federal contracting practices.
    Lifecycle
    Title
    Type
    LPOE Refresh Orient ME
    Currently viewing
    Solicitation
    Similar Opportunities
    Design Build Contract for Eagle Pass I & II Land Port of Entry (LPOE) Border Roadway Improvement and Construction (BRIC), Eagle Pass, TX
    Buyer not available
    The General Services Administration (GSA) is soliciting bids for a Design Build Contract focused on roadway improvements and construction at the Eagle Pass I & II Land Ports of Entry in Eagle Pass, Texas. This project aims to enhance the functionality of the ports by utilizing Low Embodied Carbon (LEC) materials in the repair and replacement of approximately 559,000 square feet of concrete pavement, ensuring compliance with sustainability standards set forth by the Inflation Reduction Act (IRA) of 2022. The contract, which is a total small business set-aside with an estimated value between $10 million and $20 million, requires completion within 350 calendar days and emphasizes the importance of minimizing disruptions to ongoing operations at the ports. Interested contractors must submit their proposals by March 6, 2025, and can direct inquiries to Carrie R. Haman at carrie.haman@gsa.gov or by phone at 682-209-1115.
    Grand Portage Land Port of Entry Art in Architecture
    Buyer not available
    The General Services Administration (GSA) is seeking American artists for a federal art commission associated with the redesign and modernization of the U.S. Land Port of Entry in Grand Portage, Minnesota. The project aims to transform an outdated border facility into a state-of-the-art commercial port that enhances safety, security, and efficiency while reflecting local culture and identity. The GSA allocates a budget of approximately $387,993 for this art commission, and interested artists must submit their application materials to the GSA’s National Artists Registry. For further inquiries, artists can contact Jennifer Styzek at jennifer.styzek@gsa.gov or by phone at 312-353-1214.
    Asphalt Repair and Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking contractors for asphalt repair and replacement services in Van Buren, Maine. This procurement aims to address the maintenance and improvement of highways, streets, and bridges, which are critical for ensuring safe and efficient transportation infrastructure. The contract falls under the NAICS code 237310 and PSC code Z2LB, highlighting its focus on highway and road construction and repair. Interested parties can reach out to Johanna Nieves at johanna.nieves@gsa.gov or call 312-353-7659 for further details regarding the presolicitation notice.
    Dunseith North Dakota LPOE Emergency Generator Replacement
    Buyer not available
    The General Services Administration (GSA) is seeking qualified contractors for the replacement of the emergency generator at the Dunseith North Dakota Land Port of Entry (LPOE). This procurement is specifically aimed at electrical contractors and other wiring installation contractors, as outlined under NAICS code 238210, and is categorized as a Total Small Business Set-Aside under FAR 19.5. The successful contractor will play a crucial role in ensuring the reliability and functionality of the emergency power systems, which are vital for maintaining operations at this federal facility. Interested parties should reach out to Cody Lee at cody.lee@gsa.gov or call 701-566-6124 for further details, while Jesse Johnson is available at jesse.johnson@gsa.gov or 701-557-9649 for additional inquiries.
    Enterprise Wide Workplace
    Buyer not available
    The General Services Administration (GSA) is seeking proposals from small businesses for the "Enterprise Wide Workplace" project, aimed at optimizing the management of federal office spaces through a scalable marketplace solution. The initiative focuses on enhancing efficiency and productivity by providing a platform for sharing office assets and accessing flexible workspaces, ultimately reducing costs for GSA and its agency customers. This project is critical for modernizing workspace management within the federal government, with a pilot phase covering 59 buildings and approximately 48,000 users, set to culminate in a system-wide launch by March 31, 2025. Interested contractors must submit their proposals electronically by March 7, 2025, and can direct inquiries to Joel Doucette at joel.doucette@gsa.gov or Krystal Blue at krystal.blue@gsa.gov for further information.
    General Services Administration seeks a residential construction contractor for renovation of residential building for Armed Forces Retirement Home in Washington, DC.
    Buyer not available
    The General Services Administration (GSA) is seeking a qualified residential construction contractor for the renovation of the Sheridan Building at the Armed Forces Retirement Home in Washington, D.C. The project aims to modernize the 387,350 square foot facility, transforming it into a residential space with 491 units for veterans, while adhering to historical preservation regulations due to its location within a historic district. This renovation is critical for enhancing living conditions for veterans and includes updates to mechanical, electrical, and fire protection systems, with a focus on safety and sustainability. Interested contractors must submit their proposals by February 21, 2025, with an estimated project cost ranging from $100 million to $150 million. For further inquiries, contact Harvelle Fuller at harvelle.fuller@gsa.gov or Elwora "Liza" Ahmed at elwora.ahmed@gsa.gov.
    Building 67 Consolidation
    Buyer not available
    Presolicitation GENERAL SERVICES ADMINISTRATION is planning a consolidation project at Building 67 on the Denver Federal Center. The project aims to remodel the building and house approximately 1,029 federal employees and contractors within 169,785 rentable square feet. The objective is to obtain the services of a qualified Design Build firm to perform architectural and engineering design services. The estimated value of the design-build contract is between $10,000,000 and $15,000,000, with a duration of approximately 24 months. The project will require the relocation of employees into swing space while construction takes place, with minimal impact on tenant mission. The design build scope of work includes all labor, materials, design, engineering, construction, commissioning, and other related services necessary to support the consolidation effort and upgrade the finishes within the tenant spaces. The General Services Administration (GSA) intends to award a firm fixed-price, Design-Build contract for the Building 67 Federal Building Consolidation Project, located in Lakewood, CO. The project will follow the Best Value Design-Build Selection Procedures and will conform to the P-100 Facility Standards for Public Buildings and all other applicable building codes and standards. The DB team will be selected through a best value/tradeoff selection process and will work closely with all stakeholders to deliver an economical and operationally efficient building.
    Perimeter Security Roads Repairs, Cutler, Maine
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Systems Command Mid-Atlantic, is soliciting bids for the Perimeter Security Roads Repairs project at NSA Cutler in Maine. The project involves various roadwork tasks, including raising and widening existing gravel roads, constructing stone revetments, and installing drainage features, with an estimated contract value exceeding $10 million. This initiative is critical for enhancing infrastructure and ensuring operational continuity at government facilities, while also providing opportunities for small businesses under a Total Small Business Set-Aside. Interested contractors must submit their bids electronically by March 21, 2025, and are encouraged to contact Matthew Thomsen at matthew.j.thomsen2.civ@us.navy.mil for further information.
    B9101 GPO RENOVATION AND NASA ROOF REPLACEMENT STENNIS SPACE CENTER, MS
    Buyer not available
    The Department of Defense, specifically the U.S. Army Engineer District Mobile, is seeking contractors for the renovation of the GPO and roof replacement at the Stennis Space Center in Mississippi. This project falls under the NAICS code 236220, focusing on commercial and institutional building construction, and is set aside for small businesses as per FAR 19.5 regulations. The renovation and construction services are crucial for maintaining the operational integrity of the facilities at the Space Center. Interested parties can reach out to Eric Hurtado at eric.j.hurtado@usace.army.mil or by phone at 251-690-2571, or Chanda Strenth at CHANDA.D.STRENTH@USACE.ARMY.MIL, 251-441-5595 for further details. A site visit is scheduled for February 24, 2025, to facilitate engagement with potential bidders.
    GENERAL SERVICES ADMINISTRATION (GSA) SEEKS TO LEASE SPACE IN SCOBEY, MT (RLP PACKAGE)
    Buyer not available
    The General Services Administration (GSA) is seeking to lease office and warehouse space in Scobey, Montana, through a Request for Lease Proposals (RLP). The procurement aims to secure a facility with a total space requirement of between 20,613 to 21,888 square feet, with a lease term of 10 years and a firm commitment of 5 years. This opportunity is crucial for accommodating government operations and ensuring compliance with federal standards, including accessibility, environmental policies, and security requirements. Proposals are due by March 31, 2025, and interested parties can contact Dana McNeil at dana.mcneil@gsa.gov or by phone at 503-241-8627 for further information.