This announcement is open to all business concerns.
This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. Per Federal Acquisition Regulation (FAR) Subpart 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses do not affect a potential offeror's ability to respond to any future synopsis/solicitation. The Government will not provide reimbursement for any information that may be submitted in response to this notice. Respondents are solely responsible for all expenses associated with responding to this notice.
The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 1 is conducting a market survey seeking qualified CONSTRUCTION CONTRACTORS to provide:
CONSTRUCTION SERVICES FOR A NEW LAND PORT OF ENTRY (LPOE) AT CALAIS-FERRY POINT, MAINE (WASHINGTON COUNTY)
CONSTRUCTION SERVICES FOR A NEW LPOE AT NORTON, VERMONT (ESSEX COUNTY)
CONSTRUCTION SERVICES FOR A NEW LPOE AT RICHFORD, VERMONT (FRANKLIN COUNTY)
The contractor will be responsible for providing all labor, materials, transportation, supervision, and management to perform construction, as it relates to the following:
CALAIS FERRY POINT LPOE. The Calais Ferry Point LPOE is located on a peninsula surrounded by the Saint Croix River. The site is bound by a seawall to the north and Highway 1 to the east. Ferry Point bridge located immediately to the north links Saint Stephen, New Brunswick across the river. Commercial traffic is directed to Calais International and Milltown LPOEs, both are nearby and accessed from Calais. There is a 130-foot-tall CBP antenna tower that must remain undisturbed. The port includes two POV lanes. The facility is listed on the National Historic Register.
The existing area is approximately 8,538 gross square feet (GSF) and the proposed total area after expansion is 18,221 GSF. Key elements include increasing inspection lanes from 2 to 4 lanes, including three inbound lanes, one outbound bypass lane; rehabilitating the historic main building and providing an addition to expand CBP operations; new parking facilities; and replacing the existing canopy and booths with a new canopy and four hi/low booths.
NORTON LPOE. The existing Norton LPOE is in a rural area on Vermont State Route 147, approximately eight miles south of Coaticook, Quebec, and it is sited on 1.5 +/- acres of land. The legal address of the facility is State Route 114, Norton, VT 05097; however, the LPOE is not located on Route 114. Rather, it sits adjacent to Vermont State Route 147. The existing Norton LPOE buildings total 8,185 GSF consisting of a Main Building (7,241 GSF) constructed in 1933 and a Commercial Inspection Truck Facility (943 GSF) constructed in 1961.
The project scope entails the modernization of a LPOE to accommodate the Program of Requirements of space and facilities for the Custom and Border Protection (CBP) to carry out their agency mission at the international border crossing between Norton, Vermont and Stanhope, Quebec. The project will help improve traffic flow, enhance security, and facilitate trade and travel in the region. The facility is listed on the National Historic Register.
RICHFORD LPOE. The Richford LPOE is located in Franklin County, VT, approximately 54 miles north of Burlington, VT and 7 Miles south of Abercorn, Quebec, Canada. The Facility operates 24/7. This facility consists of a main port building with attached garages. The Richford LPOE is a surviving facility erected between 1931 and 1937 along the Vermont-Quebec border. This Georgian Revival building, designed by the Office of the Supervising Architect of the Treasury, shares common technical, stylistic and programmatic features with other stations constructed at that time. As a group, these border stations are closely associated with three major themes in twentieth century American history: Prohibition (1919-1933), the popularization of the automobile, and the Depression of the 1930's. This facility is listed on the National Register.
This project will demolish the existing historical building and construct a new facility to meet the mission of CBP. The project will include Mass Timber construction.
The NAICS code applicable to these proposed procurements is 236220 with a size standard of $45M. The PSC/FSC is Y1AZ, Construction of Other Administrative Facilities and Service Buildings. All projects will utilize the design-bid-build delivery method.
The estimated construction price range for Calais-Ferry Point, ME is between $40M and $50M. Estimated contract duration is approximately 36 months from notice to proceed.
The estimated construction price range for Norton, VT is between $55M and $65M. The estimated contract duration is approximately 24 months from notice to proceed.
The estimated construction price range for Richford, VT is between $30M and $50M. The estimated contract duration is approximately 24 months from notice to proceed.
PROCUREMENT INFORMATION
This announcement is open to all business concerns.
GSA anticipates issuing solicitations, based on the outcome of this market survey, on or about:
Calais-Ferry Point: 10/14/2025
Norton: 05/07/2026
Richford: 04/14/2026
The award of any resulting procurements will be made using best-value, source selection procedures incorporating tradeoffs between price-related and non-price related factors. The anticipated contract will be awarded on a firm-fixed price basis.
SUBMISSION INSTRUCTIONS FOR INTERESTED CONSTRUCTION FIRMS
Construction Firms interested in ANY of these efforts must be able to demonstrate experience with at least two (2) similar projects. SIMILAR PROJECT is defined as a project that is similar in size, type and complexity. To qualify as a SIMILAR PROJECT, the project must meet all elements of size, complexity, and type as further defined here.
To be considered similar, EACH project must have:
CALAIS FERRY POINT LPOE. To be considered similar to the Calais Ferry Point LPOE, each project must have attributes consistent with working on urban civil projects with historical renovation, expansion, and new building construction.
- The Offeror has documented “similar” project experience providing Construction Services for two (2) “similar” projects in the past ten (10) years with a Design-Bid-Build delivery method that meets the factor description criteria and provides the information requested in the submittal requirements.
- In addition to Standard No. 1 above, Offerors will be reviewed more favorably if they can demonstrate successful experience dealing with any of the following site conditions, whether on a “similar” project or not:
- Constrained sites in an urban developed environment with existing utilities.
- Historical preservation.
- Environmental remediation with potentially contaminated soils.
- Extreme cold climate conditions.
- Secure facilities.
NORTON LPOE. To be considered similar to the Norton LPOE, each project must have attributes consistent with working extreme site civil projects with new building construction.
- The Offeror has documented “similar” project experience providing Construction Services for two (2) “similar” projects in the past ten (10) years with a Design-Bid-Build delivery method that meets the factor description criteria and provides the information requested in the submittal requirements. Two projects must have a minimum construction cost of $7 million and one project must have a minimum construction cost of $10 million.
- For each project description the offeror shall include the following information: building type, construction cost, construction duration, whether the project was tenant occupied during construction, the key personnel involved in the project, project delivery method (traditional or design-build), major scope of work elements, and contact information of the project owner or representative.
- In addition to the above, Offerors will be reviewed more favorably if they can demonstrate successful experience dealing with any of the following site conditions, whether on a “similar” project or not:
- Working on a project with challenging topography.
- Projects with extensive stormwater management.
- Extreme cold climate conditions.
- Projects constructed in a remote area.
- Secure facilities.
RICHFORD LPOE. To be considered similar to the Richford LPOE, each project must have attributes consistent with working extreme site civil projects with new building construction.
- The Offeror has documented “similar” project experience providing Construction Services for two (2) “similar” projects in the past ten (10) years with a Design-Bid-Build delivery method that meets the factor description criteria and provides the information requested in the submittal requirements.
- In addition to the above, Offerors will be reviewed more favorably if they can demonstrate successful experience dealing with any of the following site conditions, whether on a “similar” project or not:
a. Wetlands and wetland mitigation.
b. Ledge - removal of ledge and constructing in areas with it.
c. Large water storage structures (e.g., 15,000 gal.+).
d. Extreme cold climate conditions.
e. Secure facilities.
Any interested construction firm should provide a written Letter of Interest with the aforementioned information (no more than 3 pages per project) in addition to the Questionnaire all due by September 5, 2025 at 2:00 pm to Michele Valenza at michele.valenza@gsa.gov. The subject line should state “Letter of Interest for Calais Ferry Point LPOE, Maine and Norton LPOE and Richford LPOE, Vermont.”
In addition, any interested construction firm should also complete the Sources Sought Notice Questionnaire, linked here:
Use LINK to Start Questionnaire
Note: If you are not interested in all three (3) LPOE Projects, please state the specific project(s) of interest and respond to this Sources Sought accordingly.