THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE for Construction Manager as Constructor (CMc) Services for the U.S. Customs and Border Protection (CBP) Land Port of Entry (LPOE) – in Fort Fairfield, ME. THIS IS NOT A REQUEST FOR PROPOSAL (RFP).
The U.S. General Services Administration (GSA), Public Building Service (PBS), Region 1 (New England), is conducting market research: (1) To determine if there are adequate Small Businesses, 8(a) Small Businesses, HUBZone small businesses, Women-Owned Small Businesses, or Service-Disabled Veteran-Owned Small Businesses capable of performing the required CMc construction services for the Fort Fairfield LPOE requirements described herein; and (2) To determine if there are interested parties should a Project Labor Agreement (PLA) be included as part of the requirements.
GSA PBS Region 1 is seeking all qualified, interested sources (both Large and Small Businesses) to respond to this RFI/SOURCES SOUGHT to provide CMc services for the new construction of the Fort Fairfield LPOE in Fort Fairfield, ME. Under the CMc project delivery method, the CMc contractor provides advisory professional management assistance to GSA before construction, during the project planning and design phases. These services are provided for a firm-fixed-price. The CMc then acts as the general contractor during construction for a Guaranteed Maximum Price (GMP). The GMP for construction services is awarded as a contract option.
Design Phase services would include, but would not be limited to, construction management services, constructability reviews, program reviews, code reviews, mean and methods reviews, cost estimate reconciliation services, preliminary evaluation of the Architect of Record design development submissions, value engineering suggestions, identification of problems or errors in design and design documents, materials compatibility, tolerances, consistency, consultation during design document production, preliminary project schedule development, independent pricing of design document phase and construction phase submittals, preliminary cost estimates, development of subcontractor and supplier interest, and coordination with long-lead items, and market analyses. Review and comment on the constructability of architectural and engineering elements in the design phase submission documents. Develop, maintain, and update a construction work sequence plan, addressing, but not limited to construction phasing approach, preliminary construction schedule, phasing and temporary/swing space moves, aspects of tenant relocations, constructability and logistics issues, and schedules for award of subcontract packages.
Construction Phase services would include, but would not be limited to, all work and services necessary for construction of the project, project management, selection and procurement of all necessary subcontractors, coordination of regular construction meetings, critical path method (CPM) scheduling and schedule control, monitoring of construction costs, progress reporting, conducting and coordination of inspections and testing and all other required services necessary for a complete building.
Any resultant contract shall adhere to the GSA Design Excellence and Operational Excellence guidelines, the GSA PBS Core Building Standards and the U.S. DHS CBP Design Guide v. 2023.
The Fort Fairfield LPOE is located at 4 Boundary Line Road, Fort Fairfield ME. GSA owns the buildings and land. CBP is the tenant and operates out of the buildings and the land. The Fort Fairfield LPOE is situated about 100 feet west of the U.S./Canada border, on the northside of Maine State Route (SR) 161 (Boundary Line Road) and overlooks the Aroostook River Valley to the west. The setting is rural with occasional residences dotting SR 161 (Boundary Line Road) leading to the LPOE. The Fort Fairfield LPOE is located proximate to the Canada Border Services Agency facility located at Andover, New Brunswick on New Brunswick Route 190. The Fort Fairfield LPOE is a surviving facility in the Colonial Revival style erected between 1931 and 1937 and it is listed on the National Register of Historic Places. The Tenants include the U.S. Department of Homeland Security’s (DHS) Customs and Border Protection (CBP) and GSA.
The main goal for this project is to provide a new LPOE for CBP and GSA by January 2031 that will meet each agency’s requirements and allow them to operate efficiently under the increased traffic volume. Buildings and traffic patterns will be arranged to facilitate a smooth traffic flow, ease congestion, and enhance security for each agency, while providing a welcoming gateway into and out of the United States. The port will be fully operational and occupied during construction 24/7/365; therefore, the work will be phased to minimize disruption to CBP and their mission.
This CMc Soliciation will be solicited as one phase. This office anticipates award of a contract for these services in August 2026. The GMP Option is anticipated to be exercised May 2027. The Contract duration is estimated to be approximately 2 years (24 months). The Estimated magnitude of construction is between $35,000,000 to $45,000,000. The applicable NAICS code is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45M.
All interested parties may submit to the Contracting Officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12-point font minimum) demonstrating their ability to perform the requested services.
Interested small businesses are asked to fill out and provide responses to the attached questionnaire.
RESPONSES ARE DUE NO LATER THAN (NLT) September 17, 2025, AT 2:00 PM EST. Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to the Contracting Officer, Sotheavy Khon via email at Sotheavy.khon@gsa.gov. Please include the subject line: “Fort Fairfield SOURCES SOUGHT Response”.
Responses shall be used for planning purposes only and shall not commit GSA to issue a solicitation for this requirement. The Government is not obligated to and will not pay for any information received from the respondents as a result of this market research.