Amendment 0007 - incorporates the responses to the RFIs and substitution requests received as of 8/12/2025 and not captured via Amendment 0006. The following new attachments have been added:
RFP 47PF0024R0076 Amend 0007 SF30
RFP 47PF0024R0076 Amend 0007 RFIs
IFalls LPOE Substitution Request Log 250821
Amendment 0006 - incorporates the responses to the majority of the RFIs received as of 8/12/2025. The following new attachments have been added:
RFP 47PF0024R0076 Amend 0006 SF30
RFP 47PF0024R0076 Amend 0006 RFIs
01 91 13_General Commissioning Requirements_2
Existing building CAD files-20241226T212033Z-001
IFALLS LPOE_75 percent CD DRAWINGS V1_L6-14_RFI markup
IFALLS LPOE_75 percent CD DRAWINGS V1_L7-03_RFI markup
MN0300ZZ LPOE IFalls Asbestos Inspection CCA 2020
Transmittal - 00086
Amendment 0005 - incorporates the responses to RFIs received as of 8/4/2025. The following new attachments have been added:
RFP 47PF0024R0076 Amend 0005 SF30
RFP 47PF0024R0076 Amend 0005 RFI
Amendment 0004 - incorporates the RFI received as of 7/30/2025 as well as provides the list of substitution requests and responses. The following new attachments have been added:
IFalls LPOE Substitution Request Log 250731
RFP 47PF0024R0076 Amend 0004 SF30
75percent CD Civil AutoCAD Files.zip
RFP 47PF0024R0076 Amend 0004 RFI
Amendment 0003 - incorporates responses to RFIs received as of 7/28/2025, makes clarifications to pricing options, and provides a revised Supplemental 1442 Pricing Sheet. The following new attachements have been added:
47PF0024R0076 I Falls GC Supplemental 1442 Pricing Sheet 7 29 2025
GSA I Falls LPOE_Soil Management Plan_Dec 9 2024
RFP 47PF0024R0076 Amend 0003 RFIs
RFP 47PF0024R0076 Amend 0003 SF30
Amendment 0002 - incorporates the Agenda, Presentation, and Sign in Sheets for the Pre-Proposal Conference and Site Visit held on 7/22/2025. The following new attachements have been added:
RFP 47PF0024R0076 Amend 0002 SF30
IFalls LPOE GC PreProposal Agenda 7 22 2025
I Falls LPOE GCE PreProposal Presentation 7 22 2025
IFalls In Person and Virtual Attendence Sheets 7 22 2025
Amendment 0001 - issued to incorporate received RFIs, extend due date of proposals to 8/27/2025, and provides an opportunity to attend the PreProposal conference virtually. RFIs are due no later than 8/2/2025. The following new attachments have been added:
RFP 47PF0024R0076 SF1442 7 17 2025
RFP 47PF0024R0076 Amend 0001 SF30
RFP 47PF0024R0076 Amend 0001 RFIs
The General Services Administration (GSA), Great Lakes Region 5, announces an opportunity to provide General Construction (GC) services for the International Falls Land Port of Entry project in International Falls, MN. The GC will be competitively chosen using source selection (FAR 15) procedures. The objective of the source selection process is to select a proposal which represents the best value to the Government. The award will be made to the responsible Offeror whose offer conforms to the solicitation and offers the best value to the Government, considering the technical factors and total evaluated price. For this procurement, the technical factors will be significantly more important than price (FAR 15.101-1, Trade Offs). The technical factors will include Experience in providing General Construction Services on similar projects; Project Management Plan/Approach; Qualifications and Experience of Key Personnel; and Past Performance in providing General Construction on similar projects. A Small Business Subcontracting Plan will be required from any non small business concerns.
The Government reserves the right to make an award on initial offers, but discussions may be held if appropriate. The estimated total construction costs for the project falls within the approximate range of $193,000,000 to $203,000,000. The General Construction Award is anticipated to commence upon award of the contract in or about Winter 2026, with a performance period of approximately 1103 calendar days for the project after on site notice to proceed and substantial completion.
The anticipated project is a new land port of entry on the northern border in Minnesota. The proposed site is in International Falls, adjacent to the existing Land Port of Entry. This new project will be a gateway to the United States and will transform an obsolete border facility into a state-of-the-art commercial port of entry, which will improve safety and security for both vehicular and pedestrian traffic. It shall make a distinct architectural statement that is responsive to the efficient movement of trade and commerce, the security requirements of law enforcement agencies, and the welcoming of visitors and citizens in the United States of America. The intended delivery method is Design-Bid-Build awarded at a firm-fixed price.
The Department of Homeland Security (DHS) - Customs and Border Protection (CBP) is the current tenant, and the Department of Agriculture Plant Protection and Quarantine (USDA) and U.S. Food and Drug Administration (FDA) will be joining CBP as new tenants at the new LPOE. The existing facility was constructed in 1993, and operates 24 hours a day, 7 days per week. Although the existing Land Port of Entry is only roughly 30 years old, it was designed and constructed several years before the creation of DHS which resulted in significant changes to the way business operations occur at the border. This project represents an opportunity to support the supply chain; International Falls has the highest traffic volume of any port in Minnesota. In 2021, the port facilitated over $12 billion worth of trade. By redesigning and expanding the port’s infrastructure, the port will be able to accommodate higher volumes of trade.
The newly designed port will increase vehicle and pedestrian processing efficiency and capacity; reduce traffic queues and delays in both directions; minimize conflict points among passenger vehicles, commercial vehicles, trains, buses, and pedestrians; add a functional secondary inspection area for commercial vehicles; and accommodate safety, security, technology, and future demand. The site expansion will also provide area for additional customer tenant agencies, including the U.S. Department of Agriculture Plant Protection and Quarantine.
Delivery Method:
Design-Bid-Build
Scope Summary
The General Construction Contractor (GC) scope of work includes all labor and materials required to provide construction services for the International Falls Land Port of Entry project, which shall cover a wide range of activities as defined below.
The GC shall be an actively engaged member of the project team during construction and turnover/closeout stages. The GC selected for this project shall work in alignment with the GSA and GSA’s selected team, including the Architect and Engineer (A/E) firm, the Construction Manager as Agent (CMa), and other contracts partners. The GC is responsible for the administration of the construction stage and involvement in both project development and closeout stages.
The design for the project will conform to the 2025 PBS Core Building Standards, applicable agency design guides, and other building codes and standards as applicable to this project. Design services, which have been accomplished through a separate contract, will meet the functional requirements of prospective tenants, fulfill policy and regulatory criteria, and provide state of the art workplaces that help define interior design standards for the building. Designed solutions shall be consistent with the latest objectives of GSA, prospective tenants, and best practices in architectural planning and design.
The project is funded under the Infrastructure Investment and Jobs Act (IIJA [formally referred to as the Bipartisan Infrastructure Law]).
Joint Ventures: Joint venture or firm/consultant arrangements will be considered and must submit an acceptable joint venture agreement.
Offerors are responsible for downloading the solicitation from the System for Award Management site, www.SAM.gov, and for monitoring for possible amendments and/or additional information.
A pre-proposal conference and site-visit will be held in International Falls, MN, and is scheduled for 7/22/2025 at 1:00pm Central Time. A Pre-Proposal registration/RSVP form is included in this solicitation posting, and anyone interested in attending the pre-proposal conference shall complete the form and submit it no later than 3:00pm Central Time, on 7/18/2025 to the pre-proposal conference. Attendance at this conference is considered vital to the preparation of a competitive and cost effective proposal and to understanding the total result desired by the Government. Failure to attend this meeting may not be used as an excuse for omissions or miscalculations in offers. The offers will be due no later than 4:00pm Central Time on 8/13/2025.
All responsible sources may submit a bid/proposals which shall be considered by the agency. In order to be eligible for award, offerors are required to provide electronic representations and certifications in the System for Award Management (SAM), which can be accessed at: https://www.sam.gov. An award is anticipated on or about February 2026.
For additional information, please visit: https://www.gsa.gov/real-estate/gsa-properties/land-ports-of-entry-and-the-bil/bipartisan-infrastructure-law-construction-project/minnesota
To keep up to date with this project, please select “Follow” at the top of this page.