Land Port of Entry Facility Expansion and Modernization Trout River, New York
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 Buildings Service, Northeast and Caribbean Region, is soliciting for a qualified General Contractor for the Land Port of Entry Facility Expansion and Modernization at Trout River, New York. This project involves significant construction and renovation work at the U.S. / Canada border. Offers remain valid until April 28, 2026.
Scope of Work
The project entails the expansion and modernization of the existing Land Port of Entry (LPOE) facility in Trout River, NY, near Constable. This includes the renovation of the historic LPOE building, approximately 9,917 square feet of new additions, and 7,748 square feet of historic renovation. The scope covers commercial and non-commercial vehicle inspection facilities on the New York Department of Transportation (NYSDOT) Route 30 Right of Way.
Construction work encompasses a broad range of services, including but not limited to: concrete footings, foundations, slabs, walkways, roadways, vehicle inspection canopies and booths, structural framing, installation of walls, ceilings, flooring, lighting, interior finishes, historic preservation, HVAC, electrical, plumbing, fire protection, and customer-required infrastructure for IT, AV, and electronic security systems. Testing and commissioning of new HVAC and Life Safety systems are also required.
Contract & Timeline
- Type: Firm-Fixed-Price (FFP)
- Estimated Price Range: $25,000,000.00 to $35,000,000.00
- Period of Performance: Substantial Completion within 761 calendar days from Notice to Proceed; Contract Completion within 60 calendar days of Substantial Completion.
- Liquidated Damages: $1605.50 per calendar day for failure to achieve Substantial Completion.
- Bid Guarantee: Required, 20% of bid price or $3,000,000, whichever is less.
- Option: Includes an option for a Photovoltaic System (solar panels).
- Offer Expiration: Offers remain valid until April 28, 2026.
Eligibility & Set-Aside
There is no specific set-aside for this opportunity. However, small business participation is encouraged, and a Small Business Subcontracting Plan is required for large businesses. Offerors must be registered and active in the System for Award Management (SAM). Compliance with IT security and privacy requirements, including potential FedRAMP authorization, and Section 889 Part 1 and Part 2 of the John S. McCain National Defense Authorization Act, is mandatory. Buy American requirements apply.
Evaluation
Award will be based on a Best Value Tradeoff, where non-price factors are considered more important than the Total Evaluated Price. Evaluation factors include:
- Factor 1: Experience on Similar Projects (35%)
- Factor 2: Project Execution (30%)
- Factor 3: Past Performance on Relevant Projects (25%)
- Factor 4: Subcontracting Methodology (10%)
Key Amendments & Notes
Multiple amendments have been issued. Amendment 0006 removed references to the Inflation Reduction Act (IRA) from the solicitation and draft agreement. Amendment 0013 removed all references to LEED certification. Amendment 0014 updated Davis Bacon Wage Rates for Franklin County (Building, Heavy and Highway), requiring bidders to submit revised pricing by March 10, 2026, if necessary. Numerous RFI answers and updated drawings/specifications have also been released. Unauthorized site visits are not permitted.
Contact: Lisa Zalar, lisa.zalar@gsa.gov.