Design Build Repair and Alterations, Limestone Land Port of Entry, Maine
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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 U.S. General Services Administration (GSA), Public Building Service (PBS), is conducting a Request for Information (RFI) and Sources Sought Notice (SSN) for Design-Build (DB) Services for the Repair and Alterations of the Limestone Land Port of Entry (LPOE) in Limestone, Maine. This is not a Request for Proposal (RFP). The purpose is market research to identify qualified firms, including small businesses, capable of performing the required construction services. Responses are due by April 14, 2026, at 2:00 PM Local Boston Time.
Scope of Work
This project aims to enhance security at the Limestone LPOE, a site listed on the National Register of Historic Places. The scope includes:
- Constructing a secondary inspection bay and a soft secondary overhang.
- Replacing and renovating pavement.
- Installing a perimeter fence, gates, and site lighting.
- Removing the existing generator and installing a new, appropriately sized one.
- Demolishing the existing primary inspection booth and installing a new one between the inbound POV and commercial traffic lanes.
- Installing a new fire alarm system integrated with GSA monitoring and new security cameras. The port will remain fully operational and occupied during the estimated 24-month construction period. The project will adhere to GSA PBS Core Buildings Standards, BIM, and DHS CBP requirements.
Contract & Timeline
- Type: RFI/Sources Sought for Design-Build Services (firm-fixed price contract anticipated).
- Estimated Magnitude: $3,000,000 to $12,000,000.
- Anticipated Award: Summer 2026.
- Contract Duration: Estimated 2 years (24 months).
- NAICS Code: 236220, Commercial and Institutional Building Construction (Small Business Size Standard: $45M).
- Set-Aside: Market research is being conducted to determine if adequate competition exists among Small Business, HUBZone, Women-Owned, or Service-Disabled Veteran-Owned small businesses for a potential set-aside. The Project Labor Agreement (PLA) requirement is waived; Aroostook County Davis Bacon Rates will apply.
- Response Due: April 14, 2026, 2:00 PM Local Boston Time.
- Published: January 30, 2026.
Response Requirements
Interested parties (both large and small businesses) should submit a written Letter of Interest and Capability Statement (10-page limit, PDF) addressing:
- Company name, UEI (SAM), address, POC, phone, email.
- Active SAM.gov registration.
- Business size for NAICS 236220 and any socioeconomic designations.
- Capability to perform a project of this magnitude, scope, size, and complexity, including three Design-Build projects (min. $10M, completed within 7 years) with experience on historic structures, site civil projects, new building construction, and/or renovations. Include customer names, timeliness, dollar value, tenant occupancy, key personnel, and major scope elements. Subcontractor work is not considered prime capability.
- Bonding capability up to $40,000,000 for a single project and aggregate bonding capacity.
- Joint venture details, if applicable.
- Narrative on performing work at a fair and reasonable price if outside the geographic location.
- Experience with extreme cold climate, remote areas, and secure facilities.
Additional Notes
This RFI is for planning purposes only and does not commit GSA to issue a solicitation. The Government will not pay for information received. A solicitation or solicitations are anticipated based on this market survey's outcome.
Electronic submissions (max 25MB) should be sent to Emily Jackson (emily.jackson@gsa.gov) with the subject line: "Limestone LPOE RFI Response". Questions can be directed to Emily Jackson via email or phone at (617) 283-2568.