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), Public Buildings Service, is soliciting proposals for Construction Manager as Constructor (CMc) Services for a new Land Port of Entry (LPOE) at Coburn Gore, Maine. This project, estimated between $125,000,000 and $135,000,000, involves both design and construction phases. Proposals are due February 25, 2026, at 2:00 PM local time.

Scope of Work

The CMc will provide advisory services during the design phase and act as a general contractor for construction. The project includes the demolition of the existing LPOE and housing, construction of a new LPOE facility, new housing units (with options for 10, 16, or 18 units), and potentially a new indoor firing range. Key objectives include strengthening supply chains, improving operational capabilities for U.S. Customs and Border Protection (CBP), preserving the historic character of Coburn Gore, and incorporating durable, sustainable, and climate-resilient design elements. This includes achieving LEED Gold and SITES Silver certifications, meeting Net Zero Ready goals, and utilizing IRA-eligible low embodied carbon materials. The project also involves extending three-phase power from Canada to the LPOE. Full operations, accessibility, and security must be maintained throughout construction.

Contract Details

This is a Fixed-Price Incentive Contract utilizing the CMc delivery method, with a Guaranteed Maximum Price (GMP) for construction services. The estimated total contract price is between $125M and $135M, inclusive of options. The Design Phase Services are firm-fixed-price, with completion expected Fall 2026 for the LPOE and Winter 2026-27 for Housing. Construction Services, if the GMP option is exercised, are to achieve Substantial Completion within 37 months for the LPOE and 30 months for Housing from Notice to Proceed (NTP). The overall performance period is 1095 calendar days after award. Liquidated damages are set at $6,760.00 per calendar day. 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.

Submission & Evaluation

Proposals are due February 25, 2026, at 2:00 PM local time. Electronic submissions via email are required, with a 25MB per file limit. Offers must provide at least 120 calendar days for Government acceptance. Requests for clarification or interpretation are due by February 06, 2026, at 12:00 PM. Evaluation factors, with non-price factors significantly more important than price, include: Experience (30%), Management and Technical Approach (25%), Key Personnel Qualifications (20%), Past Performance (20%), and Small Business Socio-Economic Status (5%).

Eligibility & Special Notes

While no specific set-aside is designated for the prime contract, Small Business Socio-Economic Status is an evaluation factor, and large businesses must submit a Small Business Subcontracting Plan to meet goals (25% SB, 5% SDB, 5% WOSB, 5% SDVOSB, 3% HUBZone). Access to Controlled Unclassified Information (CUI) requires submission of a CBP Non-Disclosure Agreement. Compliance with the Davis-Bacon Act wage determinations (ME20260007) and the Buy America Act is mandatory. A pre-proposal conference and site visit were held on October 21, 2025, requiring pre-registration.

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
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 7Viewing
Solicitation
Posted: Jan 22, 2026
Version 6
Solicitation
Posted: Jan 22, 2026
View
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