Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction - PHASE 1 SOLICITATION

SOL #: 47PJ0025R0052Solicitation

Overview

Buyer

General Services Administration
Public Buildings Service
PBS R8 ACQUISITION MANAGEMENT DIVISION
LAKEWOOD, CO, 80225, United States

Place of Performance

Bonners Ferry, ID

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
Jan 21, 2026
2
Submission Deadline
Oct 3, 2025, 4:00 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.

ANNOUNCEMENT OF SHORTLISTED OFFERORS

The list of shorlisted offerors for design-build serivces for the design and construction of teh new Porthill land port of entry (LPOE) located in Bonners Ferry, Idaho, is provided as follows in alphabetical order:

Absher Construction Co

     Address: 1001 Shaw RD, Puyallup, Washington  98372

     Phone: 253.845.9544

Hensel Phelps

     Address: 15375 SE 30th Place, STE 110, Bellevue, Washington  98007-6596

     Phone: 425.646.2660

Lydig Construction

     Address: 11001 E Montgomery Dr., Spokane Valley, Washington  99206-4714

     Phone: 509.534.0451

Businesses who are interested in partnering or subcontract opportunities should contact the above firms directly.

--------------------------------------------------------------------------------------------------------------------------------

Amendment 0003 - Issued on September 26, 2025

Amendment 0003 is issued to provide additional answers to questions received in writing in response to the Phase 1 solicitation.  The following documents are provided under Amendment 0003:

  • Amendment 0003 - Standard Form 30

-------------------------------------------------------------------------------

Amendment 0002 - Issued on September 24, 2025

Amendment 0002 is issued to provide answers to questions received in writing in response to the Phase 1 solicitation.  The following documents are provided under Amendment 0002:

  • Amendment 0002 - Standard Form 30
  • Amendment 0002 - Site Visit Sign-in Sheet
  • A. The Solicitation - Phase 1 - Revision 02 dated September 24, 2025

-------------------------------------------------------------------------------

Amendment 0001 - issued on August 27, 2025

Amendment 0001 is issued to correct and clarify; 1) the site visit time zone, and 2) the maximum number of shortlisted offerors that may be selected to submit Phase 2 proposals.  The following documents are provided under Amendment 0002:

  • Amendment 0001 - Standard Form 30
  • A. The Solicitation - Phase 1 Revision 01 

-------------------------------------------------------------------------------

The GSA is issuing a Request for Qualifications (RFQ) for a Design-Build (DB) contract for new construction services to replace the existing Porthill LPOE located in Bonners Ferry, Idaho.  The Porthill LPOE is a limited-service port of entry operating 12 hours a day, seven days a week between Porthill, Idaho, and eastern British Columbia, Canada.  It primarily serves personal vehicles and buses but also processes a limited number of pedestrians (mostly hikers) and permitted commercial truck traffic. 

Contract requirements include, but are not limited to the following work:

  • Demolition of the existing facility
  • Construction of a new main port building
  • Construction of three inbound inspection lanes
  • Construction of one outbound lane
  • Construction of CBP parkign with canopy

Phase 1 – Request for Qualifications

The Phase 1 Solicitation documents are comprised of the following:

  • A.  The Solicitation – Phase 1 - Revision 01 
  • B.  Standard Form (SF) 1442 – Solicitation Offer and Award
  • C.  Solicitation Attachment 01 – Request for Controlled Unclassified Information (CUI)
  • D.  Solicitation Attachment 02 – Offeror’s Representations and Certifications
  • E.  Solicitation Attachment 03 – ASHRAE – Climatic Data for Building Design Standards
  • F.   Solicitation Attachment 04 – Past Performance Questionnaire for General Contractor
  • G.  Solicitation Attachment 05 – Past Performance Questionnaire for Architect-Engineer
  • H.  Draft of the Agreement
  • I.   Draft of the Scope of Work, Appendix, Exhibits, and Other Documents

A site visit is scheduled for September 16, 2025, at 10:30 AM Pacific Time.  Interested parties must notify the Contracting Officer, at rhonda.widick@gsa.gov to receive further information about attendance and to confirm location, time, and date.

All questions related to solicitation 47PJ0025R0052 shall be submitted in writing via email, to the Contracting Officer, no later than 10:00 AM Mountain Time, Friday, September 19, 2025. Questions received after this cutoff may not receive a response.  Any responses provided by GSA will be posted on the Governmentwide Point of Entry (GPE) as an Amendment to the Solicitation no later than Friday, September 26, 2025.  Multiple amendments providing responses to questions may be provided for questions that are submitted early.  Offerors are encouraged to submit questions early.

Submission Due Date/Time: 10:00 AM Mountain Time, Friday, October 3, 2025

Submission Requirements: Interested Offerors shall thoroughly review the solicitation documents for all submission requirements.

Offerors shall provide an executed Proprietary Information Agreement in accordance with Section II.D. Other Information to be Submitted with Proposals. 

In consideration for the preparation of a Phase 2 technical proposal, GSA will pay a stipend only to the Phase 2 Offerors submitting complete acceptable Phase 2 offers that are not selected for award of the resulting contract.  Offerors that submit incomplete or unacceptable Phase 2 proposals will not be eligible for the stipend.  Proposals will be considered complete and acceptable when offerors have addressed each of the Phase 1 factors, with each factor receiving at least a marginal rating.  For the avoidance of doubt, no stipend is paid during Phase 1.  The stipend amount to be paid to each unsuccessful offeror who submits a complete and acceptable proposal is $75,000.00.

A project labor agreement (PLA) will be required under Phase 2 in accordance with FAR 52.222-34, Project Labor Agreement.  Prior to contract award, the contractor must enter into a PLA and maintain the PLA throughout the life of the contract.

Draft Scope of Work documents are available. To receive a copy of the draft scope of work documents, offerors must first complete the provided CUI Information Request Form (Solicitation Attachment 01 – Request for Controlled Unclassified Information (CUI)) and return the completed/signed document to the Contracting Officer at rhonda.widick@gsa.gov. Documents will be distributed to Offerors who return properly completed forms.

People

Points of Contact

Shannon SweeneyPRIMARY

Files

Files

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

Versions

Version 1Viewing
Solicitation
Posted: Jan 21, 2026
Porthill Land Port of Entry (LPOE) Modernization Project - Design - Build Construction - PHASE 1 SOLICITATION | GovScope