ContractSolicitation

Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine

GENERAL SERVICES ADMINISTRATION 47PB0025R0044
Response Deadline
Mar 25, 2026
9 days left
Days Remaining
9
Until deadline
Set-Aside
No Set aside used
Notice Type
Solicitation

Contract Opportunity Analysis

The General Services Administration (GSA) is soliciting proposals for Construction Manager as Constructor (CMc) services for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine, with an estimated project cost between $125 million and $135 million. The selected contractor will be responsible for overseeing the construction process, ensuring adherence to design excellence and operational guidelines, and managing various project phases, including design and construction services under a Guaranteed Maximum Price (GMP) structure. This project is critical for enhancing operational capabilities and security at the border, accommodating increased traffic, and modernizing existing facilities. Interested offerors must submit their proposals by March 25, 2026, and can obtain further details by contacting Molly Lewis at Molly.Lewis@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.

Classification Codes

NAICS Code
236220
Commercial and Institutional Building Construction
PSC Code
Y1AZ
CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS

Solicitation Documents

51 Files
Attch 24 Coburn Gore 47PB0025R0044 QA V2 2025 12 10.pdf
PDF171 KB12/10/2025
AI Summary
This government file addresses various questions and answers related to a federal RFP for a Construction Manager as Constructor (CMc) project, likely for a Land Port of Entry (LPOE) and associated housing. Key areas covered include: clarification on the CMc Contingency Allowance and its applicability; adherence to Buy America Act and Trade Agreements Act for material sourcing (specifically Canadian steel); requirements for financial submissions and joint venture agreements; details on the scope of work, including risk registries, cost estimates, and commissioning responsibilities; logistics for early work packages and phased occupancy; clarification on IRA-eligible materials and associated documentation; safety plan requirements; small business subcontracting goals; bonding and insurance stipulations; and specifications for technical proposal submissions. The document also provides updates on project timelines, site acquisition, environmental assessments (including Canada Lynx mitigation), and the use of software platforms like Kahua. Notably, the RFP due date has been extended to January 28, 2026, and specific instructions for primary electrical work and inspection booth designs are provided.
Attch 11 - Wage Determination ME20250007 2025 12 05.pdf
PDF56 KB12/10/2025
AI Summary
This government file,
RFP Document 11 - Wage Determination ME20250007.pdf
PDF31 KB12/10/2025
AI Summary
This document, General Decision Number ME20250007, outlines prevailing wage rates and labor requirements for building construction projects in Franklin County, Maine, excluding single-family homes and apartments up to four stories. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for contracts entered into or renewed on specific dates, and clarifies that these apply to Davis-Bacon Act contracts but not solely to Davis-Bacon Related Acts. The file also lists prevailing wage rates and fringe benefits for various construction trades, such as bricklayers, elevator mechanics, ironworkers, and laborers, along with specific holiday and vacation benefits for some classifications. It also notes that some classifications may be entitled to higher minimum wages under the Executive Orders. Additionally, the document addresses Executive Order 13706, which mandates paid sick leave for federal contractors. Finally, it provides a comprehensive process for appealing wage determinations, including initial contact points for surveys and conformance requests, and procedures for review and reconsideration by the Wage and Hour Administrator and the Administrative Review Board.
4. Coburn Gore LPOE - CMa w CxP SOW 2023 10 12.pdf
PDF3689 KB3/2/2026
AI Summary
This Statement of Work (SOW) 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. The project, utilizing a Design-Bid-Build approach, involves designing a new LPOE for U.S. Customs and Border Protection (CBP) and the General Services Administration (GSA) to replace the existing facility. Key objectives include meeting current and forecasted operational needs, adhering to CBP and GSA design standards, and achieving specific sustainability goals such as LEED Gold and SITES Silver certifications, Net Zero Ready status, and 80% fossil fuel reduction. The CMa will provide comprehensive project management, design review, cost evaluation, and construction oversight, collaborating with a Project Delivery Team that includes GSA, the General Contractor, and the Architect/Engineer. The SOW details task assignments, project delivery approaches, roles and responsibilities, required deliverables like a Project Management Plan, and a performance period extending to October 2029. It also emphasizes compliance with environmental regulations (NEPA), use of electronic project management systems (Kahua), BIM and COBie review services, and accessibility standards.
5. Colby Coburn Gore Three-Phase Final Report 2022 12 22.pdf
PDF3071 KB3/2/2026
AI Summary
This report by Colby Company for the U.S. General Services Administration (GSA) assesses the feasibility of upgrading the Coburn Gore Land Port of Entry (LPOE) in Maine to a three-phase, 480V electrical service to achieve 100% carbon neutrality and meet CBP LPOE Design Standards. The study explores two primary alternatives for three-phase power: drawing from Central Maine Power (CMP) in the United States or HydroQuebec in Canada. Due to significant logistical and cost challenges (estimated $6-8 million), CMP is deemed unfeasible. The recommended option is HydroQuebec, which is 2.2 miles away, with an estimated cost of $211,216 USD. The report also evaluates renewable energy solutions, recommending either a 75KW or 100KW solar system or a 50KW pole-mounted wind turbine, with solar being generally more predictable and cost-effective for grid connection. The total estimated cost to upgrade to three-phase power from HydroQuebec is $307,856, not including renewable energy integration.
RFP Document 1 - SF1442-22.pdf
PDF783 KB12/10/2025
AI Summary
This document is a Request for Proposal (RFP) for a Construction Manager as Constructor (CMc) Contract for a new Land Port of Entry (LPOE) at Coburn Gore, Maine, under the Infrastructure Investment and Jobs Act (IIJA). The project requires Design Phase Services, an option for Construction Services at a Guaranteed Maximum Price (GMP), and an additional option for a new indoor firing range with its own GMP. Offerors must provide offers valid for at least 120 calendar days. A bid guarantee (SF-24) is required 90 calendar days prior to the GMP Option for Construction Services, and performance and payment bonds are due within 14 calendar days of exercising this option. The solicitation was issued by the U.S. General Services Administration, Public Buildings Service, Region 1 (New England), with a due date of November 17, 2025, at 2:00 PM local time.
RFP Document 2 - Contract Price Form 47PB0025R0044.pdf
PDF173 KB12/10/2025
AI Summary
The provided government file outlines the Contract Price Form for a project involving the demolition of an existing Land Port of Entry and Housing, along with the construction of new housing units. The evaluation of offers for award purposes will combine the Total Evaluated Price for the Basic Requirement with the Guaranteed Maximum Prices (GMP) for all options. The Basic Requirement covers design phase services, estimated cost of work, a 3% CMc Contingency Allowance, and a contractor's fee, culminating in a GMP for construction services. Three options are detailed for building out 10, 16, or 18 CBP housing units, each with its own estimated cost of work, 3% CMc Contingency Allowance, and contractor's fee to determine the GMP for each option. Additionally, the document includes proposed rates for contractor overhead and daily rates for compensable project delays, as well as unit prices for various hazardous material removals (asbestos, lead), septic remediation, and soil remediation for both the existing Land Port of Entry and housing. The document states that proposed rates and unit prices will be evaluated for reasonableness against other solicitations and the independent government cost estimate.
47PB0025R0044_0003 Amendment SF30 .pdf
PDF638 KB3/2/2026
AI Summary
Amendment 0003 for Solicitation 47PB0025R0044, concerning CMc Services for the Coburn Gore LPOE, ME project, incorporates several key changes. The due date for receiving offers has been extended from January 28, 2026, to February 25, 2026, at 2:00 PM local time. Additionally, the due date for questions or clarification requests is now February 6, 2026, by 12:00 PM. The solicitation now includes new attachments such as additional drawings, Division 1 templates and table of contents, overall impacts, parcel acquisition details, and an FFE Proposal Worksheet. Updated documents include the Statement of Work, SF1442, Contract Price Form, and the Davis-Bacon Act Wage Determination for Franklin County, ME. Offerors must acknowledge receipt of this amendment to ensure their offers are considered valid.
Coburn Gore 47PB0025R0044 QA V3 2026 01 22.pdf
PDF308 KB3/2/2026
AI Summary
The document compiles a series of questions and answers related to a General Services Administration (GSA) Construction Manager as Constructor (CMc) solicitation, likely for a Land Port of Entry (LPOE) and associated housing. Key areas addressed include: project contingency allowances, compliance with the Buy America Act for materials like structural steel from Canada (which is permissible under trade agreements for this project's value), financial and past performance submission requirements for offerors and joint ventures, clarification on technical specifications and design documents, site visit protocols, and the impact of a government shutdown on timelines. The responses also detail responsibilities for various aspects of the project, such as electrical work, commissioning agents, and performance monitoring for sustainable technology installations. Several questions highlight that detailed design information for finishes, partitions, and structural elements is still under development.
Attach 28 Coburn Gore Parcel Acquisition 2026 01 13.pdf
PDF7149 KB3/2/2026
AI Summary
This document is a Boundary & Existing Conditions Plan for the new Land Port of Entry (LPOE) at the Coburn Gore border crossing between the United States and Canada, located on Maine Route 27. Prepared for the General Services Administration (GSA), the plan details existing conditions including trees, buildings, gravel, grass, brush, wetlands, and water bodies. It identifies various parcels of land with their respective areas, ownership (now or formerly), and deed book/page references. Key elements include topographical contours, utility locations (asphalt, stormwater drainage), and property markers (rebar, iron pipes, concrete monuments). The plan also outlines partial and full acquisition areas for the project, with specific square footage for each. General notes clarify the survey methods, datum references, wetland flagging, and limitations regarding flood hazard information and title reports. Several plan references are provided, detailing previous surveys and right-of-way maps relevant to the project site. The document emphasizes adherence to surveying standards and environmental considerations for the LPOE development.
Attach 25 Divison 1 Template Sections 2025 07 02.docx
Word3667 KB3/2/2026
AI Summary
The Coburn Gore Land Port of Entry (LPOE) Construction Manager as Constructor (CMc) project, Solicitation #: 47PB0025R0044, outlines administrative and procedural requirements for a federal government construction project in Coburn Gore, Maine. The document details project information, work sequencing, coordination with other contractors, and handling of government-furnished property. It also specifies work restrictions, including contractor use of premises, government occupancy guidelines, working hours, and stringent regulations for drone operations, emphasizing FAA compliance, privacy, and safety. Procedures for allowances, alternates, options, substitutions, and contract modifications (including bilateral and unilateral changes) are thoroughly described, along with requirements for unit prices and payment processing. The document serves as a comprehensive guide for managing the project, ensuring adherence to GSA policies, and maintaining clear communication and documentation throughout the construction phases.
Coburn Gore Attendance Sheet 102225.pdf
PDF402 KB3/2/2026
AI Summary
RFP 47PB0025R0044 outlines the attendees of the Coburn Gore Land Port of Entry (LPOE) Pre-Proposal Conference and Site Visit held on October 21, 2025. The document lists representatives from various companies and government agencies, including GSA, CMc Construction, CAMBRO, CCB, Inc., Facility Services USA, Landry/French, Consigli, Jacobs, and Dattner Architects. The attendees' roles range from property managers and project executives to estimators, designers, and project architects, indicating a broad scope of interest and expertise in the LPOE project. This document serves as a record of participants for a significant pre-bid event related to a federal government Request for Proposal.
15. Coburn Gore LPOE_Final Concept Submission_Combined_REV 08-11-25.pdf
PDF70768 KB3/2/2026
AI Summary
This government file details the "New Land Port of Entry (LPOE) at the Coburn Gore Border Crossing" project, a GSA initiative for modernization and expansion. The project involves the construction of a two-story Main Port Building (MPB) and a one-story Commercial Inspection Building (CIB), connected by a common basement and attic. The MPB will house Customs and Border Protection (CBP) and GSA offices, training rooms, garages, and a detention suite, while the CIB will be primarily for commercial unloading and storage. The project site at 6092 Arnold Trail - Route 27, Coburn Gore, ME, includes extensive vehicular and pedestrian circulation and parking. The submission outlines a four-phase demolition and construction plan, adherence to various codes and standards (e.g., IBC, IFC, NFPA, ABAAS), and lists the architectural, civil, landscape, and MEP consultants involved. It also includes plumbing fixture calculations for both CBP and GSA spaces and various accessibility diagrams, general notes, and symbols.
16. Coburn Gore LPOE_Spec TOC_Final Concept_Combined 08-11-25.pdf
PDF88 KB3/2/2026
AI Summary
The document titled "Final Concept Submission" for the Coburn Gore LPOE project (Prime Contract No. 47PC0321D006, Task Order No. 479B0024F0389), dated August 11, 2025, outlines a comprehensive Table of Contents for construction and facility management. It details various divisions including General Requirements, Existing Conditions, Concrete, Masonry, Metals, Wood/Plastics/Composites, Thermal/Moisture Protection, Openings, Finishes, Specialties, Equipment, Furnishings, Special Construction, Conveying Equipment, Fire Suppression, Plumbing, HVAC, Electrical, Communications, Electronic Safety and Security Systems, Earthwork, Exterior Improvements, Utilities, and Transportation. This document serves as a detailed guide for the project's scope, covering everything from structural elements and finishes to complex mechanical, electrical, and security systems, as well as site work and utilities.
47PB0025R0044 QA Document 102725.pdf
PDF69 KB12/10/2025
AI Summary
This document is a Q&A for RFP 47PB0025R0044, addressing various aspects of a federal government construction project. Key points include clarifications on the CMc Contingency Allowance, the applicability of the Buy America Act for Canadian steel (allowed due to trade agreements), and requirements for financial information and past performance from joint ventures. The Q&A also outlines submission formats for cost breakdowns (Excel preferred), details on safety plans, small business subcontracting goals, and bond requirements. It confirms that the site visit was not mandatory and addresses the impact of a government shutdown on the project timeline. Additionally, it clarifies that certain attachments are now designated as Controlled Unclassified Information (CUI).
Amendment 0001 to 47PB0025R0044 Final 102725.pdf
PDF746 KB3/2/2026
AI Summary
Amendment 0001 to Solicitation 47PB0025R0044 for CMc Services at Coburn Gore LPOE, ME, issued October 27, 2025, significantly modifies key aspects of the Request for Proposal (RFP). The due date for offers is extended from November 17, 2025, to December 17, 2025, to allow the Government to prepare and provide additional technical documents. Attachments 14 and 15 are now designated as Controlled Unclassified Information (CUI), and new documents (2025 Interim Core Building Standards Submittal Matrix, GSA Building Information Modeling (BIM) Guide 07, and a 3D-4D BIM Public Link) have been added. The Contracting Officer has been changed to Molly Lewis, and the due date for clarification requests is extended to November 28, 2025. Furthermore, FAR Clause 52.228-1, Bid Guarantee, has been added, requiring a bid guarantee of 20% of the bid price or $3,000,000.00, whichever is less.
Pre-Proposal Meeting Final.pdf
PDF533 KB3/2/2026
AI Summary
The RFP 47PB0025R0044 outlines the Construction-Manager-as-Constructor (CMc) delivery method for the Coburn Gore, ME Land Port of Entry project, estimated at $125M-$135M. This fixed-price incentive contract involves the CMc providing advisory services during design and acting as a general contractor for construction under a Guaranteed Maximum Price (GMP). Key aspects include shared savings incentives, early constructor involvement for risk reduction, and a detailed period of performance for design (Fall 2026 for LPOE, Winter 2026-27 for Housing) and construction (37 months for LPOE, 30 months for Housing from NTP). Proposals are due November 17, 2025, by 2:00 PM EST, submitted electronically. Evaluation factors prioritize non-price elements: Experience (30%), Management and Technical Approach (25%), Key Personnel Qualifications (20%), Past Performance (20%), and Small Business Socioeconomic Status (5%), with price also considered. Critical contacts are provided for questions, which should be submitted by October 31, 2025.
RFP Document 3 - Solicitation CMc MAY 2025.pdf
PDF660 KB3/2/2026
AI Summary
GSA Solicitation No. 47PB0025R0044 is an RFP for a Construction Manager as Constructor (CMc) contract to build a new Land Port of Entry (LPOE) in Coburn Gore, ME, with an estimated cost between $125M and $135M. Proposals are due November 17, 2025, by 2:00 PM local time via email. Offerors must provide detailed technical and price proposals, including experience on similar projects, a management and technical approach, qualifications of key personnel, and past performance. A pre-proposal conference and site visit are scheduled for October 21, 2025. The contract type is a Guaranteed Maximum Price (GMP) with a CMc Contingency Allowance and Shared Savings. The solicitation emphasizes compliance with FAR/GSAR provisions, including Buy American requirements and specific small business considerations. The INFORM process will provide post-award feedback to offerors.
RFP Document 4 - Agreement CMc MAY 2025.pdf
PDF785 KB3/2/2026
AI Summary
This government contract, Sol. Reference No. 47PB0025R0044 (CMc101/MAY 2025), outlines a Construction Manager as Constructor (CMc) agreement for the New Land Port of Entry (LPOE) in Coburn Gore, ME. The project involves design phase services and an option for construction services with a Guaranteed Maximum Price (GMP). Key goals include maintaining full port operations, accessibility, and site security during construction, while adhering to GSA Design Excellence and Operational Excellence guidelines, and preserving the historic character of the 1932 LPOE. The contract details pricing structures, including a CMc Contingency Allowance (CCA) of 3% and a shared savings incentive for the contractor. It also specifies performance periods, insurance, and bond requirements. Important clauses cover contractor responsibilities, project scheduling using Critical Path Method (CPM), submittals, and liquidated damages at $6,760 per calendar day for delayed substantial completion. Security clearances and stringent safeguarding of Controlled Unclassified Information (CUI) are mandatory for all personnel and information related to the project.
RFP Document 14 - Proprietary Information Agreement - Sample Template.docx
Word14 KB3/2/2026
AI Summary
This Non-Disclosure of Proprietary Information Agreement outlines the terms between a GSA Consultant and an Offeror for GSA Solicitation No. 47PB0025C0044. The Consultant, a non-voting technical advisor to GSA's source selection board, is authorized to access the Offeror's proprietary proposal information only as necessary to advise GSA on the Solicitation. The Agreement mandates that the Consultant protect this information from unauthorized use or disclosure and refrain from using it for any purpose other than that for which it was furnished. Furthermore, if the Solicitation involves a construction acquisition, the Consultant is expressly prohibited from competing on that acquisition, in accordance with FAR Part 9.505-4(b).
1. Coburn Gore LPOE CMc SOW Final 2025 03 27.pdf
PDF900 KB12/10/2025
AI Summary
This Statement of Work (SOW) outlines the requirements for a Construction Manager as Constructor (CMc) for the Coburn Gore Land Port of Entry (LPOE) Expansion and Modernization Project in Maine. The project, funded by the Inflation Reduction Act of 2022, aims to strengthen supply chains, improve operational capabilities, spur economic growth, and bolster security at the historic LPOE. Key aspects include adhering to low embodied carbon material and emerging sustainable technology requirements, a two-phase contract (Firm Fixed Price for Pre-Construction and Guaranteed Maximum Price for Construction), and extensive collaboration with an Architect-Engineer and Construction Management Advisor. The CMc will be responsible for constructability reviews, cost estimating, risk management, and ensuring the project meets design excellence, sustainability, and operational goals while maintaining LPOE operations during construction.
2. Coburn Gore Three phase SOW Final 2025 04 04 (1).pdf
PDF2205 KB3/2/2026
AI Summary
The Statement of Work outlines the modernization and expansion of the Coburn Gore Land Port of Entry (LPOE) in Maine, specifically focusing on extending three-phase power from Woburn, Canada, to the international border. This project, managed by GSA and involving various stakeholders like CBP, requires a Quebec-licensed master electrician to install power lines, replace poles, and manage logistics with Canadian authorities. The contractor is responsible for detailed estimates, scheduling, reporting, and ensuring compliance with GSA and CBP design guidelines, as well as Canadian regulations. The project includes providing dedicated power services for the LPOE and CBP Housing, requiring careful coordination and adherence to safety and financial management protocols.
RFP Document 12 - CBP Non-Disclosure Agreement Form.pdf
PDF193 KB3/2/2026
AI Summary
The Department of Homeland Security's U.S. Customs and Border Protection requires individuals with conditional access to government information to sign a Non-Disclosure Agreement. This agreement outlines strict terms for handling Protected Critical Infrastructure Information (PCII), Sensitive Security Information (SSI), and Other Sensitive But Unclassified (SBU) information. Signatories must comply with specific laws, regulations, and procedures for access, dissemination, handling, and safeguarding of this information. Key obligations include not disclosing information without authorization, surrendering materials upon termination of duties, not altering markings, and reporting any security violations. Violations can lead to administrative, civil, or criminal action. The agreement emphasizes the government's right to enforce its terms and clarifies that it does not supersede existing whistleblower protections or other secrecy agreements.
RFP Document 13 - CBP Short Term Contractors- Visitor Form_BLANK - Short Term Contractors Template.pdf
PDF83 KB3/2/2026
AI Summary
The CBP Short Term Contractor Information Sheet is a mandatory document for individuals seeking temporary access to U.S. Customs and Border Protection facilities. It requires comprehensive personal and company details, including names, addresses, Social Security Numbers, dates of birth, occupations, and identification numbers for up to 84 visitors. Submission to the Office of Professional Responsibility is required 72 hours prior to arrival via email or fax. All visitors must present a U.S. Government-issued photo ID, check in and out at the security desk, and be constantly escorted by a designated DHS/CBP employee. One escort is required for every four visitors, with a potential 1:1 escort ratio depending on vetting status. Failure to provide the requested information, which is subject to the Privacy Act of 1974, may result in denial of access to the facility.
3. Coburn Gore AE SOW_FINAL 2024 08 06.pdf
PDF8178 KB3/2/2026
AI Summary
The Statement of Work outlines the modernization and expansion of the Coburn Gore Land Port of Entry (LPOE) in Maine, a Design-Bid-Build project for U.S. Customs and Border Protection (CBP) and the General Services Administration (GSA). The project involves designing a new LPOE and modernizing the existing facility, which includes a main building and four residences, some with historic status. The LPOE handles commercial (primarily logging trucks) and non-commercial traffic, with anticipated significant increases in commercial throughput post-expansion. The project emphasizes energy efficiency, sustainability, risk management, and accessibility, adhering to various federal standards and acts like the Inflation Reduction Act of 2022 for low-embodied carbon materials. Key phases include pre-design, concept design, design development, construction documents, construction, and closeout, with comprehensive reviews, BIM coordination, and stakeholder engagement throughout.
6. P-120 Public Buildings Service Cost and Schedule Management Policy Requirements, October 2022.pdf
PDF974 KB3/2/2026
AI Summary
This GSA Order, PBS 1000.6B, outlines the revised Public Buildings Service Cost and Schedule Management Policy Requirements (P120). Its purpose is to establish quality and service levels for cost and schedule management across project phases, ensuring effective budget development and project delivery within scope and schedule. The policy covers integrated cost management (planning, estimating), schedule management (planning, master scheduling), risk analysis, claims analysis, and value management for all PBS design, construction, and maintenance projects. It emphasizes alignment with GAO best practices for reliable cost estimates and schedules, and details requirements for independent government estimates (IGEs), third-party estimates (TPEs), and professional services fee estimates. The P120 also introduces a Master Delivery Table to categorize projects and define deliverable requirements based on budget and risk, and includes updated guidelines for allowances, contingencies, and cost elements.
Coburn Gore 47PB0025R0044 QA V4 2026 03 02.pdf
PDF458 KB3/2/2026
AI Summary
The General Services Administration (GSA) addressed numerous inquiries regarding a federal construction project, covering various aspects from contingency allowances and material sourcing to financial requirements and project timelines. Key responses clarified that Canadian structural steel is permissible under trade agreements, detailed financial submission requirements for joint ventures, and stated that the CMc contractor is responsible for the Hydroquebec three-phase power installation. The GSA also provided updates on project schedules, land acquisition, environmental considerations, and confirmed that many design details such as flooring, ceiling, and wall finishes are still in the Design Development phase. The proposal due date was extended to January 28, 2026.
47PB0025R0044 Amendment 0005 SF30 2026 03 02.pdf
PDF594 KB3/2/2026
AI Summary
Amendment 0005 for Solicitation 47PB0025R0044, concerning CMc Services for the Coburn Gore LPOE, ME project, incorporates several updates. The due date for offers remains March 25, 2026, at 2:00 PM local time. Key changes include adding "Attachment 30- Coburn Gore LPOE Commissioning Plan 2026 02 20" to the list of solicitation documents and updating several existing documents, such as "Coburn Gore LPOE Statement of Work V2" and "V2 Contract Price Form." All documents related to "Coburn Gore LPOE 3-Phase Power" have been removed. Additionally, the Questions and Answers have been updated from V3 to V4, with "Attachment 30" supplementing this clarification. Offerors must acknowledge receipt of this amendment through specified methods, as failure to do so may result in rejection of their offer. All other terms and conditions of the solicitation remain unchanged.
RFP Document 4 V1- Agreement CMc REVISED 2026 02 26.pdf
PDF542 KB3/2/2026
AI Summary
This government file outlines a Construction Manager as Constructor (CMc) Contract for the expansion and modernization of the Land Port of Entry (LPOE) in Coburn Gore, Maine. The project aims to improve operational capabilities, strengthen supply chains, and bolster security while adhering to GSA Design Excellence and Operational Excellence guidelines and 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 cover project information, pricing mechanisms (including a CMc Contingency Allowance and shared savings), and detailed terms and conditions, such as contractor responsibilities, project schedules, insurance, bonding, and safeguarding Controlled Unclassified Information (CUI). The document emphasizes adherence to federal acquisition regulations (FAR and GSAR clauses) and outlines a comprehensive framework for managing the project from design to final settlement.
RFP Document 2 V2 - Contract Price Form 47PB0025R0044 2026 02 26.pdf
PDF157 KB3/2/2026
AI Summary
This government contract price form outlines the evaluation criteria for a project encompassing a basic requirement and an option for additional housing units. The Basic Requirement includes design phase services, demolition of an existing Land Port of Entry and housing, a CMc Contingency Allowance (3%), a Fee, FF&E Proposal Cost, and a Guaranteed Maximum Price (GMP) option for construction services. The Total Evaluated Price for the Basic Requirement is calculated by summing the design services, FF&E cost, and the GMP. Option 1 details the build-out of eighteen housing units, with its own Target Estimated Cost of Work, a 3% CMc Contingency Allowance, a Fee, and a resulting GMP. The Government will evaluate offers by adding the Total Evaluated Price for the Basic Requirement to the GMPs for all options. The form also includes proposed rates for contractor overhead and daily rates for project delays, as well as unit prices for various hazardous material removal tasks (asbestos and lead abatement) and remediation services (septic and soil) for both the existing Land Port of Entry and housing, applicable to the base proposal. The proposed rates and unit prices will be evaluated for reasonableness against other bids and an independent government cost estimate.
Attach 29v1 Coburn Gore LPOE FFE Proposal Worksheet 2026 02 26 .xlsx
Excel80 KB3/2/2026
AI Summary
The Coburn Gore Land Port of Entry (LPOE) project outlines a comprehensive plan for infrastructure and equipment responsibilities, primarily divided between the Design-Build/General Contractor (DB/GC), Customs and Border Protection (CBP), and General Services Administration (GSA). The document details funding and installation responsibilities for various categories, including lane and operational technology, CBP security equipment, network and communications, and IT equipment. It also covers audio/video systems, exterior and site elements, signage, miscellaneous items, and specific area furnishings such as offices, breakrooms, detention areas, and the kennel. A critical component is the clear distinction of personal property items that GSA cannot purchase under the Building Infrastructure Law, even with CBP funding, due to them not being permanently affixed to the facility. This file serves as a responsibility tool, ensuring clarity in procurement and installation for the Coburn Gore LPOE project.
47PB0025R0044 Amendment 0004 SF30 .pdf
PDF554 KB3/2/2026
AI Summary
Amendment 0004 for Solicitation 47PB0025R0044, concerning CMc Services for the Coburn Gore LPOE, ME project, has been issued by the PBS Office of Acquisition Management/Capital Project Acquisition Delivery Division. This amendment extends the due date for the receipt of offers from February 25, 2026, to March 25, 2026, at 2:00 PM local time. Offerors must acknowledge receipt of this amendment by completing items 8 and 15 of the Standard Form 30, acknowledging receipt on each offer copy, or by submitting a separate letter or electronic communication referencing the solicitation and amendment numbers. Failure to acknowledge receipt by the specified time may lead to the rejection of offers. All questions received are being processed and will be released in a future amendment. All other terms and conditions of the solicitation remain unchanged.
47PB0025R0044 1442 dated 2026 01 22.pdf
PDF1937 KB3/2/2026
AI Summary
The General Services Administration (GSA) has issued Solicitation Number 47PB0025R0044-0003, a Request for Proposal (RFP) for a Construction Manager as Constructor (CMc) Contract. This contract is for the construction of a new Land Port of Entry (LPOE) at Coburn Gore, Maine, and is part of the Infrastructure Investment and Jobs Act (IIJA). The project includes requirements for Design Phase Services, an Option for Construction Services at a Guaranteed Maximum Price (GMP), and a further Option for a new indoor firing range with its own GMP. A bid guarantee (SF-24) will be required ninety calendar days prior to the exercise of the GMP Option for Construction Services, and performance and payment bonds within fourteen calendar days of the GMP Option's exercise. Offers must provide at least one hundred and twenty calendar days for Government acceptance.
RFP Document 2 - Contract Price Form 47PB0025R0044 2026 01 22.pdf
PDF141 KB3/2/2026
AI Summary
This contract price form outlines the evaluation criteria for a government contract, focusing on a basic requirement and three housing unit options. The total evaluated price combines the basic requirement's total evaluated price with the Guaranteed Maximum Prices (GMP) for all options. The basic requirement includes design phase services, a target estimated cost of work for demolition, CMc Contingency Allowance (CCA), fee, FF&E proposal cost, and a GMP for construction services. Options 1, 2, and 3 detail the build-out of 10, 16, and 18 CBP housing units, respectively, each with its own target estimated cost of work, CCA, and fee, culminating in a GMP for each option. The form also specifies proposed rates for contractor overhead and daily rates for compensable project delays, along with unit prices for various hazardous material removal, abatement, and remediation services applicable to the base proposal for the existing Land Port of Entry and housing.
Attach 26 Coburn Gore Division 01 - Table of Contents 2025 07 02.docx
Word30 KB3/2/2026
AI Summary
The Coburn Gore LPOE Procurement Set outlines the general requirements for a construction project in Coburn Gore, Maine, dated January 20, 2026. This comprehensive table of contents details various divisions and sections crucial for project execution, including general requirements, work restrictions, allowances, alternates, options, and substitution procedures. It also covers contract modification, unit prices, and payment procedures. Key areas like project management, critical path method scheduling, construction progress documentation, photographic documentation, and submittal procedures are highlighted. The document addresses quality assurance and control, temporary facilities, security regulations, safety and health, product requirements, and execution requirements. Additionally, it specifies procedures for cutting, patching, selective demolition, fire prevention, indoor air quality management, nonhazardous waste removal, and closeout. Important sections on sustainable design, demonstration and training, and general and building enclosure commissioning are included, ensuring a thorough and compliant project framework.
Attach 11 Wage Determination ME20260007 2026 01 02.pdf
PDF53 KB3/2/2026
AI Summary
This government file,
Amendment 0002 to 47PB0025R0044 Final 2025 12 10 .pdf
PDF555 KB3/2/2026
AI Summary
Amendment 0002 to Solicitation 47PB0025R0044 for CMc Services, Coburn Gore LPOE, ME project, details critical updates. Key changes include extending the offer due date from December 17, 2025, to January 28, 2026. Additionally, several attachments related to the Coburn Gore LPOE Housing Package (Plans, Renderings, and Narrative) are now designated as Controlled Unclassified Information (CUI) and have been added to the Master Attachment List. The Davis-Bacon Act Wage Determination for Franklin County, ME, has been updated. The deadline for questions is extended to January 9, 2026, and a revised Questions and Answers document (V2) dated December 10, 2025, along with supplementary documents, has been issued. Offerors must acknowledge receipt of this amendment as specified in Block 11.
Attch 24ii- Coburn Gore -Funding Responsibility Tool 2025 12 10.xlsx
Excel143 KB3/2/2026
AI Summary
The CBP Land Port of Entry (LPOE) Funding Responsibility Tool provides instructions and guidelines for managing funding for LPOE projects. This tool, designed for federal government RFPs and grants, categorizes items as real or personal property, and as furniture, fixtures, or equipment, aligning with GSA Pricing Desk Guide requirements. It details funding responsibilities for various items, including infrastructure, technology, security, and office furnishings, specifying whether funding comes from BIL (Building Infrastructure Law) or RWA (Reimbursable Work Authorization). The document emphasizes the importance of policy adherence, proper categorization, and coordination between project teams, CBP, and GSA, ensuring accurate financial management and compliance for LPOE modernization efforts.
Attch 24iii. Coburn Gore Final Geothermal Study 2025 09 06.pdf
PDF6645 KB3/2/2026
AI Summary
The Geothermal Feasibility Report for the Coburn Gore Land Port of Entry (LPOE) in Maine, prepared by Colby Company for the U.S. General Services Administration (GSA), evaluates the suitability of an Earth-coupled geothermal system for HVAC. The study covers geological and hydrological conditions, existing wells, and environmental factors like spill sites. It recommends a vertical closed-loop geothermal system due to site conditions and the viability confirmed by test bores. Preliminary sizing indicates that approximately 16,300 lineal feet of vertical boreholes are needed for the new main building, renovated historical building, and four residences. The report emphasizes coordination with other site features and utilities, adherence to regulatory setbacks, and compliance with Maine DEP permitting and well drilling rules. A wetland delineation is also recommended before final design.
Attch 24i. DS Quick Reference Guide- 2023 LPOE DS Overview 2023 12 06.pdf
PDF732 KB3/2/2026
AI Summary
The 2023 Land Port of Entry Design Standard (LPOEDS) by U.S. Customs and Border Protection (CBP) updates and replaces the 2018 requirements, aiming to standardize the planning, renovation, and equipping of CBP spaces at land port of entry facilities. This comprehensive document provides guidance, protocols, and technical criteria for facility design, building materials, and systems. Key changes in the 2023 edition include refined document development, updated CBP-specific design considerations for energy efficiency and sustainability, new content in facility and engineering chapters, improved graphics, and the incorporation of OFO operational policy changes, such as new technologies and emergency power requirements. The LPOEDS serves as a national standard for the design and construction of CBP land port of entry facilities, incorporating lessons learned and current best practices to ensure consistency and compliance.
RFP Document 5 - Reps and Certs CMc MAY 2025.pdf
PDF345 KB3/2/2026
AI Summary
The GSA Solicitation No. 47PB0025R0044 outlines required Offeror Representations and Certifications for federal contracts, particularly for Commercial and Institutional Building Construction (NAICS code 236220). It details various FAR clauses, including those related to annual representations, Commercial and Government Entity (CAGE) codes, prohibitions on certain telecommunications and video surveillance equipment (Section 889), supply chain security, responsibility matters, arms control treaties, and Cost Accounting Standards (CAS). The document also addresses deviations from FAR clauses, the use of the System for Award Management (SAM) for certifications, and disclosure requirements for potential conflicts or issues. Offerors must ensure their SAM registrations are current and accurate, provide CAGE codes, and certify compliance with various regulations concerning national security, ethics, and financial transparency. Specific certifications are required for small businesses, those with federal contracts over $10 million, and entities subject to CAS, with detailed instructions for disclosure statements and changes in accounting practices.
RFP Document 6 - Past Performance Questionnaire.docx
Word400 KB3/2/2026
AI Summary
The PBS Past Performance Questionnaire is a comprehensive evaluation tool for assessing contractor performance on government contracts. It is used in federal RFPs, grants, and state/local RFPs. The questionnaire is divided into two main sections: contractor/offeror information and client evaluation. The first section requires contractors to provide details such as firm name, UEI number, contract type, pricing, and project description, including the complexity and relevance of the work. The second section, to be completed by the client, rates the contractor's performance across various categories: quality, schedule/timeliness, customer satisfaction, management/personnel/labor, cost/financial management, safety/security, and general compliance. Performance is rated using a six-tier adjective scale: Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, and Not Applicable, each with specific definitions. The questionnaire also includes sections for sustainability, whether the client would rehire the firm, and a comments section for detailed explanations and narratives on strengths, weaknesses, or deficiencies. The government reserves the right to verify all submitted information.
RFP Document 7 - SB Sub Plan - Individual Model - May 2025 - 508 Compliant.docx
Word66 KB3/2/2026
AI Summary
The government file outlines the "Model Individual Subcontracting Plan" for federal contractors, particularly for GSA contracts. It details requirements for contractors to establish and maintain subcontracting plans that maximize opportunities for small businesses (SBs), including various socio-economic categories like Veteran-Owned (VOSB), Service-Disabled Veteran-Owned (SDVOSB), HUBZone, Small Disadvantaged (SDB), and Women-Owned (WOSB) concerns. The plan covers goal development, reporting obligations (ISR and SSR), recordkeeping, and methods for identifying potential subcontractors. It emphasizes the importance of "good faith effort" in achieving goals and warns of penalties for non-compliance, making the plan a material part of the contract. The document also provides a template for contractors to follow and instructional reminders for preparing and submitting the plan.
RFP Document 8 - CASB DS-1.pdf
PDF2112 KB3/2/2026
AI Summary
The CASB DS-1 Disclosure Statement, mandated by Public Law 100-679, provides a standardized framework for contractors to describe their cost accounting practices for federal contracts. The document is structured into a cover sheet, certification, general instructions, and eight parts covering direct costs, indirect costs, depreciation, deferred compensation, insurance, and home office expenses. It details requirements for reporting units, including segments, business units, and home offices, to ensure transparency in cost measurement, assignment, and allocation. Key instructions cover amendment procedures, the phasing in of the 1996 revision, and detailed guidance for completing each section, emphasizing consistency with existing accounting policies and proper documentation. The form aims to standardize disclosure across federal contracts, facilitating compliance and oversight.
RFP Document 9 - UNIFORMAT II - Level 3 Detail Reference Guide.xlsx
Excel53 KB3/2/2026
AI Summary
The document outlines the UNIFORMAT II Work Breakdown Structure (WBS) Cost Element Organization, developed by the GSA Office of Design and Construction. It categorizes building and site construction into hierarchical levels: L1, L2, and L3. Key categories include Substructure (foundations, basement), Shell (superstructure, exterior enclosure, roofing), Interiors (construction, stairs, finishes), Services (conveying, plumbing, HVAC, fire protection, electrical), Equipment & Furnishings, Special Construction & Demolition, and Sitework. Additionally, it details Indirect Costs such as design contingency, general conditions, profit, escalation, and art-in-architecture. For each L3 element, the document specifies a Unit of Measure (UOM) and a Quantity Definition, providing a standardized framework for cost estimation and project management in government construction projects, including federal RFPs and grants.
RFP Document 10 - Bid Bond SF24.pdf
PDF703 KB3/2/2026
AI Summary
Standard Form 24 (SF 24) serves as a bid bond form, crucial for federal government solicitations including construction, supplies, or services. It ensures that a principal (bidder) who is awarded a contract will execute the necessary contractual documents and provide required bonds. If the principal fails to do so, they are obligated to pay the government for any increased cost of procuring the work that exceeds their bid amount. The form outlines the obligations of both the principal and surety(ies), detailing conditions under which the bond becomes void. It also includes instructions for proper execution, such as naming conventions, business addresses, organizational types, and the roles of corporate and individual sureties. The penal sum can be a percentage of the bid price, with an optional maximum dollar limitation. Sureties must be approved by the Department of the Treasury, and co-surety arrangements are permitted, provided their combined liability covers the full penal sum. The document also specifies procedures for signatures, seals, and extensions of bid acceptance periods, ensuring compliance with FAR (48 CFR) 53.228(a).
7. Coburn Gore LPOE 15Aug25- LPOE POR at final concept.pdf
PDF69 KB3/2/2026
AI Summary
This government file details the space allocation and functional areas for a Land Port of Entry (LPOE) facility, encompassing the Main Port Building (MPB), Commercial Inspection Building (CIB), and exterior areas. The document provides a comprehensive breakdown of square footage for various functional areas, including inspection booths, public waiting rooms, offices, training rooms, staff support areas, and building support facilities like electrical closets and utility rooms. It also outlines space for physical security elements such as perimeter fences, gates, lighting, cameras, and different types of parking (visitor, CBP staff, GSA staff, and commercial vehicle staging). The file's purpose is to define the program of requirements, specifying the size and quantity of spaces needed for the LPOE's operational, administrative, and support functions, crucial for federal government RFPs, grants, or state and local RFPs related to infrastructure development and facility planning.
10. PBS Core Building Standards Memorandum 2025 02 24.pdf
PDF404 KB3/2/2026
AI Summary
The General Services Administration (GSA) Public Buildings Service (PBS) has rescinded the P100 Facilities Standards and issued new Interim Core Building Standards, effective February 24, 2025. This change, driven by recent Executive Orders, provides updated guidelines for federal building projects. The new standards apply to GSA-owned or lease-construction facilities with less than 50% construction completion as of January 21, 2025. Projects exceeding 50% completion may continue using P100 but should implement the new memo where feasible without significant adverse impacts. The Interim Core Building Standards, detailed in Appendix A, list critical laws, Executive Orders, codes, and regulations for design, construction, renovation, and maintenance, emphasizing energy efficiency, sustainability, accessibility, and safety. These standards are mandatory for all funding sources and require using the latest published editions and licensed design professionals.
11. GSA Commissioning Guide September 2020.pdf
PDF1034 KB3/2/2026
AI Summary
The U.S. General Services Administration (GSA) Commissioning Guide outlines a comprehensive framework for ensuring the quality, efficiency, and longevity of federal buildings. This guide details the Total Building Commissioning process, encompassing new construction, major modernizations, recommissioning, and ongoing commissioning, across four phases: Project Initiation, Design, Construction, and Occupancy and Operations. Key objectives include reducing operating costs, enhancing energy efficiency, improving occupant safety and comfort, and increasing asset longevity. The guide emphasizes the roles and responsibilities of the Commissioning Team, the importance of defining Owner’s Project Requirements (OPR), developing a Commissioning Plan, and establishing a budget. It also highlights the significance of design reviews, functional performance testing, and comprehensive owner training to ensure building systems meet specified performance standards and GSA P100 Facilities Standards. The GSA aims to optimize the value of federal real estate investments and establish consistent workmanship standards across its portfolio.
14. Coburn Gore LPOE - Design Narrative_Final Concept REV 08-11-25.pdf
PDF65727 KB3/2/2026
AI Summary
This document outlines the Final Concept Submission for the Coburn Gore Land Port of Entry (LPOE) replacement project in Maine, submitted to the General Services Administration. The project, led by Dattner Architects and a multidisciplinary A/E team, aims to replace the existing permit-only historic port with a modern full-commercial facility to accommodate current and future traffic between the US and Canada. The selected South Scheme site requires significant regrading and stormwater management. The design emphasizes durable materials, rapid assembly for cold weather, and operational efficiency for varied staffing levels. It details the mechanical system's central water source heat pump with geothermal and supplemental propane heating, a robust electrical system with dual standby generators, and on-site well water with a large fire water hold tank. The project adheres to strict building codes, design standards, and environmental regulations, including hazardous materials assessment and historical preservation considerations.
17. Coburn Gore Housing_Preliminary Concepts 13June25.pdf
PDF43826 KB3/2/2026
AI Summary
This document presents a preliminary concept submission for the US Customs and Border Protection (CBP) housing dormitory project at the Coburn Gore Port of Entry in Maine. The project aims to provide architectural and engineering services for a new dormitory to house CBP and Border Patrol officers. The report evaluates four viable alternatives for the dormitory building, including two two-story and two single-story configurations, each based on a revised housing program from December 7, 2011. Each alternative’s advantages, disadvantages, and estimated construction costs are detailed. The document serves as a basis for selecting a preferred alternative before the concept development phase, ensuring that the new facility meets the operational needs of the CBP and Border Patrol while considering site conditions and cost-effectiveness.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedAug 27, 2025
amendedAmendment #1Oct 22, 2025
amendedAmendment #2Oct 27, 2025
amendedAmendment #3Dec 10, 2025
amendedAmendment #4Jan 22, 2026
amendedAmendment #5Feb 19, 2026
amendedLatest AmendmentMar 2, 2026
deadlineResponse DeadlineMar 25, 2026
expiryArchive DateSep 30, 2026

Agency Information

Department
GENERAL SERVICES ADMINISTRATION
Sub-Tier
PUBLIC BUILDINGS SERVICE
Office
PBS R1 ACQ MANAGEMENT DIVISION

Point of Contact

Name
Molly Lewis

Place of Performance

Coburn Gore, Maine, UNITED STATES

Official Sources