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

SOL #: 47PB0025R0044Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS R1 ACQ MANAGEMENT DIVISION
BOSTON, MA, 02222, United States

Place of Performance

Coburn Gore, ME

NAICS

Commercial and Institutional Building Construction (236220)

PSC

Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Aug 27, 2025
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 25, 2026, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The General Services Administration (GSA) is soliciting proposals for Construction Manager as Constructor (CMc) Services for a new Land Port of Entry (LPOE) at Coburn Gore, Maine. This project, funded by the Infrastructure Investment and Jobs Act (IIJA), has an estimated value between $125 million and $135 million, inclusive of options. The CMc will provide Design Phase Services and an option for Construction Services at a Guaranteed Maximum Price (GMP), including a potential indoor firing range. Proposals are due February 25, 2026, at 2:00 PM EST.

Scope of Work

The CMc will oversee the modernization and expansion of the LPOE, which includes the demolition of existing facilities and housing. Key deliverables involve:

  • Design Phase Services: Advisory support on constructability, phasing, systems analysis, cost reconciliation, and risk assessments.
  • Construction Services: Execution of construction options at a GMP, including a new LPOE facility and potential housing units (options for 10, 16, or 18 units) and an indoor firing range.
  • Infrastructure Upgrades: Coordination for extending three-phase power from Canada and potential geothermal system integration.
  • Compliance: Adherence to GSA Design Excellence, Operational Excellence, 2025 PBS Core Building Standards, and sustainability goals (Net Zero Ready, LEED Gold, SITES Silver).
  • Operational Continuity: Maintaining full operations, accessibility, and security throughout construction.

Contract Details

This is a Fixed-Price Incentive Contract utilizing the CMc delivery method. The performance period is 10 calendar days after Notice to Proceed (NTP) to begin, with 1095 calendar days after award for completion. A bid guarantee (SF-24) is required 90 days prior to the GMP Option exercise, and performance/payment bonds within 14 days of GMP Option exercise. The contract includes a 3% CMc Contingency Allowance (CCA) and 50% shared savings. Liquidated damages are set at $6,760.00 per calendar day.

Set-Aside

No specific set-aside is designated. However, Small Business Socio-Economic Status is an evaluation factor (5%), and large businesses must submit a Small Business Subcontracting Plan. Small Business Goals include 25% SB, 5% SDB, 5% WOSB, 5% SDVOSB, and 3% HUBZone.

Evaluation Factors

Non-price factors are significantly more important than price. Proposals will be evaluated on:

  1. Experience in Design Phase and Construction Phase Services on Similar Projects (30%)
  2. Management and Technical Approach (25%)
  3. Qualifications and Experience of Key Personnel (20%)
  4. Past Performance (20%)
  5. Small Business Socio-Economic Status (5%)

Key Information for Bidders

Offerors must monitor the site for amendments and obtain all related documents. Access to Controlled Unclassified Information (CUI) requires submission of a completed CBP Non-Disclosure Agreement Form (Solicitation Document 12). The latest Q&A (V3, 2026-01-22) provides critical clarifications on contract requirements, technical specifications, and timelines. Bidders must complete the Contract Price Form and adhere to Wage Determination ME20260007.

Contacts: Molly Lewis (Molly.Lewis@gsa.gov) and Michele Valenza (michele.valenza@gsa.gov).

People

Points of Contact

Michele ValenzaSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 9
Solicitation
Posted: Mar 2, 2026
View
Version 8
Solicitation
Posted: Feb 19, 2026
View
Version 7
Solicitation
Posted: Jan 22, 2026
View
Version 6Viewing
Solicitation
Posted: Jan 22, 2026
Version 5
Solicitation
Posted: Dec 10, 2025
View
Version 4
Solicitation
Posted: Oct 27, 2025
View
Version 3
Solicitation
Posted: Oct 22, 2025
View
Version 2
Solicitation
Posted: Sep 15, 2025
View
Version 1
Pre-Solicitation
Posted: Aug 27, 2025
View