Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine
ID: 47PB0025R0044Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS (Y1AZ)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The General Services Administration (GSA) is seeking 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 providing advisory services during the design phase and acting as the general contractor during construction, ensuring compliance with federal standards and sustainability goals. This project is critical for enhancing operational capabilities and security at the border, accommodating increased traffic between the U.S. and Canada. Interested offerors must submit their proposals by January 28, 2026, and can obtain further details by contacting Molly Lewis at Molly.Lewis@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.

    Files
    Title
    Posted
    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.
    The General Services Administration (GSA) Public Buildings Service (PBS) has rescinded the P100 Facilities Standards and issued new Interim Core Building Standards, effective February 24, 2025.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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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).
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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).
    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.
    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.
    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.
    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).
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Seattle Passport Project
    General Services Administration
    The General Services Administration (GSA) is seeking a contractor for the Seattle Passport Project, which involves tenant improvement and expansion services for the U.S. Department of State's Passports Office located in Seattle, Washington. The project aims to remodel, expand, and refresh approximately 36,500 square feet of leased space to enhance the efficiency of the Passport Office's operations, with construction divided into seven phases to allow the office to remain operational during renovations. The selected contractor, Chinn Construction, LLC, will continue work that was partially completed before a pause in construction, with all necessary permits already obtained. Interested parties can contact Erica Hoffman at erica.hoffman@gsa.gov or 816-926-7750 for further details.