Design-Build Services for Modernization of the Lynden & Sumas Land Ports of Entry
SOL #: 47PJ0025R0059Solicitation
Overview
Buyer
General Services Administration
Public Buildings Service
PBS R8 ACQUISITION MANAGEMENT DIVISION
LAKEWOOD, CO, 80225, United States
Place of Performance
Lynden, WA
NAICS
Commercial and Institutional Building Construction (236220)
PSC
Construction Of Other Administrative Facilities And Service Buildings (Y1AZ)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Dec 15, 2025
2
Last Updated
Jan 9, 2026
3
Submission Deadline
Jan 23, 2026, 10:00 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 seeking Design-Build Services for the modernization of the Lynden & Sumas Land Ports of Entry (LPOEs) in Washington State. This is a two-phase solicitation, with Phase 1 focusing on a Request for Qualifications (RFQ) to select highly qualified offerors. The estimated total contract value is between $350,000,000.00 and $400,000,000.00. Phase 1 Qualifications are due January 23, 2026, at 3:00 PM Mountain Time.
Project Scope
This project involves new construction services to replace and modernize the existing Lynden and Sumas LPOEs.
- Lynden LPOE: Expand, separate, and relocate Privately Owned Vehicles (POV) and Commercial vehicles. The current port, last modernized in 1986, cannot meet US CBP operational needs.
- Sumas LPOE: Increase POV lanes from 5 to 6 and commercial lanes from 2 to 4. Provide a dedicated pedestrian corridor and outbound inspection processing. Flood and stormwater management will be a significant aspect due to its location in a floodplain. The port was last modernized in 1988.
Contract Details
- Contract Type: Firm-Fixed Price Design-Build (two-phase selection under FAR Subpart 36.3).
- Estimated Value: $350,000,000.00 - $400,000,000.00.
- Set-Aside: Open to large business firms, requiring an acceptable small business subcontracting plan.
- Period of Performance (Draft): Lynden: 08/24/2026 - 05/01/2029; Sumas: 08/24/2026 - 05/01/2030. Substantial Completion for the overall contract is no later than May 1, 2030.
- Stipend: A $200,000 stipend will be paid to unsuccessful Phase 2 offerors who submit complete and acceptable technical proposals. No stipend for Phase 1.
- Bonds: Performance and Payment Bonds are required. Proof of Bonding up to $450,000,000.00 is required.
- Project Labor Agreement (PLA): Required under Phase 2.
Submission & Evaluation
- Questions Due: January 2, 2026, 3:00 PM Mountain Time.
- Phase 1 Qualifications Due: January 23, 2026, 3:00 PM Mountain Time.
- Submission Method: Emailed submissions only.
- Phase 1 Evaluation Factors (Request for Qualifications):
- Technical Qualifications – Past Experience of A/E Firm and General Contractor (30%)
- Approach to Design-Build (20%)
- Lead Designer (20%)
- Technical Qualifications - Past Performance of A/E Firms and General Contractor (30%)
- A maximum of three (3) most highly rated offerors will be shortlisted for Phase 2.
- Phase 2 Evaluation Factors (Draft Request for Proposals):
- Quality of Design Concept (45%)
- Key Personnel Qualifications (25%)
- Management and Technical Approach (25%)
- Small Business Participation (5%)
- Award Basis: Best Value Selection Procedures.
Key Requirements & Notes
- Past Performance Questionnaires (PPQ): Offerors must complete Section 1 of the revised PPQs (Attachments 02 & 03) for similar projects and distribute Section 2 to references. References must submit completed PPQs directly to the Contracting Officer by the Phase 1 due date.
- Similar Project Definition: Projects substantially completed within 15 years prior to RFP issuance, with a contract cost of at least $50 million, for a commercial building of at least 20,000 gross square feet, including comprehensive site planning. Additional favorable consideration may be given for DB/IPD delivery methods or projects involving multiple, geographically dispersed, concurrently performed construction locations.
- Controlled Unclassified Information (CUI): Offerors must complete a CUI Information Request Form (Attachment 04) to receive draft Scope of Work documents.
- Eligibility: NAICS Code 236220 (Commercial & Institutional Construction) with a $45.0M size standard. Offerors must have an "Active" SAM registration.
People
Points of Contact
Shannon SweeneyPRIMARY
Tammy QuinnSECONDARY