Construction Manager as Constructor (CMc) Services for the Houlton, ME, LPOE, New Construction Project.

Agency:
State: Maine
Type of Government: Federal
FSC Category:
  • Y - Construction of Structures and Facilities
NAICS Category:
  • 236220 - Commercial and Institutional Building Construction
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Mar 18, 2024
Due Date: Apr 5, 2024
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Construction Manager as Constructor (CMc) Services for the Houlton, ME, LPOE, New Construction Project.
Active
Contract Opportunity
Notice ID
HoultonLPOE
Related Notice
Department/Ind. Agency
GENERAL SERVICES ADMINISTRATION
Sub-tier
PUBLIC BUILDINGS SERVICE
Office
PBS R1 ACQ MANAGEMENT DIVISION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 18, 2024 04:18 pm EDT
  • Original Response Date: Apr 05, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Y1AA - CONSTRUCTION OF OFFICE BUILDINGS
  • NAICS Code:
    • 236220 - Commercial and Institutional Building Construction
  • Place of Performance:
    ME 04730
    USA
Description

THIS IS A SOURCES SOUGHT AND NOT A REQUEST FOR PROPOSAL for Construction Manager



as Constructor (CMc) Services for the Houlton, ME, LPOE, New Construction Project. Responses shall be used for planning purposes only and shall not commit the General Services Administration (GSA) to issue a solicitation for this requirement. It is anticipated that a solicitation based on the outcome of this market survey will be published and that a subsequent contract from the solicitation will be awarded. A market survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), Small Disadvantaged, Woman-Owned, or Service-Disabled Veteran-Owned Small Business CMc contractors for the project listed below. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group. All interested Small Businesses including, HUBZone, 8(a), Small Disadvantaged, Woman-Owned, or Service-Disabled Veteran-Owned contractors should respond to this office in writing by email on or before the due date listed below. The Government is not obligated to and will not pay for any information received from the potential sources because of this market research.





The GSA, Public Building Service (PBS), Region 1, is conducting a market survey and is seeking qualified sources to provide CMc services for the new construction of the LPOE at Interstate 95, Houlton, ME, including Design Phase services and Construction Phase services. Design Phase services will be awarded on a Firm-Fixed Price basis. Construction Phase services will be awarded with a Guaranteed Maximum Price (GMP). A CMc is defined as a firm engaged under direct contract to a building owner or client, in this case the GSA, to provide design review, cost estimating, scheduling and general construction services. This project shall adhere to the GSA Design Excellence and Operational Excellence guidelines, the GSA PBS Facilities Standard for the 2021 PBS P-100 with 2022 Addendum and P-100 Appendix A.6 Life Cycle Cost Analysis Requirements baseline, Building Information Modeling (BIM), and Department of Homeland Security (DHS) CBP LPOE 2023 Design Standard.





The existing LPOE facility is located at the northern terminus of Interstate 95 in Houlton, ME, the Houlton LPOE is a complex of four (4) buildings. The Main Port Building, CBP Commercial Inspection Building, and Food and Drug Administration (FDA)/GSA/Animal and Plant Health Inspection Service (APHIS) Building; all of which are owned and maintained by the GSA, the Non-Invasive Inspection Building (NII) is maintained by CBP, however GSA has ultimate custody and control of that structure. The NII Building is not included in the scope of the project. The existing facility was constructed in 1985. The Houlton LPOE is a 24-hour, 7-day, 365-days-per-year mission critical facility, processing commercial and non-commercial vehicles entering and exiting the United States from the Woodstock Border Crossing in Belleville, New Brunswick, Canada. The existing LPOE will need to remain in operation 24 hours-a-day, 7 days-a-week, 365 days-a-year, while the facility is being repaired/altered.





The main goal for this project is to provide a new LPOE for CBP, FDA, APHIS, and GSA by November 2027 that will meet each agency’s requirements and allow them to operate efficiently under the current and future 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.



Design Phase services include, but are not 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, US Green Building Council (USGBC) LEED® scorecard, 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 the following: 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 include, but are not 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 and sustainable building. The port will be fully operational and occupied during construction 24/7/365; therefore, the work may need to be conducted during non-business hours.





In addition to the construction opportunity reflected herein, GSA is seeking suppliers and manufacturers that are interested in supplying low embodied carbon asphalt, concrete (and cement), glass and steel materials for the project. Suppliers and manufacturers of materials meeting GSA’s Inflation Reduction Act Low Embodied Carbon asphalt, concrete (and cement), glass and steel requirements may submit an Expression of Interest to the contact below no later than 05 April 2024.





Expressions of Interest should indicate materials available and global warming potential values reflected in materials’ environmental product declarations. Submission of an expression of interest grants GSA your permission to publish your firm’s contact information and offerings for use by potential offerors on GSA construction requirements. Supplier and manufacturer contact information will be published in an informational amendment issued by GSA and, potentially, in other fora.





By participating in the competition, offerors consent to GSA sharing their suppliers’ names and the global warming potential values associated with suppliers’ materials with the successful offeror. Such information may also be disclosed publicly or used to inform other low embodied carbon procurement activities. Technical solutions, supplier pricing, and supplier-offeror terms and conditions will not be shared, in accordance with the Procurement Integrity Act.





The Contracting Officer shall collect, summarize, and provide contact information, available materials, and global warming potential values from Expressions of Interest as an informational amendment to the solicitation. This document shall include the following statement: Market research resources for identifying qualifying materials may include, but are not limited to, ASTM International’s EPD Page, Building Transparency’s Embodied Carbon in Construction Calculator (EC3), ICC Evaluation Service’s EPD Directory, EPD International AB’s EPD Library, the National Asphalt Paving Association’s Emerald Eco-Label EPD Tool, the National Ready Mixed Concrete Association’s Concrete EPDs



page, NSF’s Search for EPDs tool, and UL’s SPOT product catalog. Note: The information provided herein is for informational purposes only and does not indicate or imply Federal endorsement of any organization, business, material, or product. The Government makes no representation or warranty.



concerning the quality, performance, availability, or suitability of any organization, business, material or product.





All certified: Small Business, HUBZone, 8(a), Small Disadvantaged, Woman-Owned, Service-Disabled Veteran-Owned (SDV), and other certified small businesses are encouraged to respond. This office anticipates award of a contract for these services in September 2024. Contract duration: Estimated 15 months. Estimated magnitude of construction: $15,000,000 TO $25,000,000. The NAICS code is 236220 Commercial and Institutional Building Construction. Small Business Size: $36.5 million.





Interested small businesses 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 ability to perform the requested services. PAGES IN EXCESS OF THE FIRST 10 PAGES WILL NOT BE CONSIDERED.





Interested small businesses are asked to fill out and provide responses to the attached questionnaire. Interested large businesses are also encouraged to respond to this notice.



RESPONSES ARE DUE NO LATER THAN (NLT) April 5, 2024, NLT 2:00 PM EST. LATE



RESPONSES WILL NOT BE ACCEPTED. Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to: paul.murphy@gsa.gov and michele.valenza@gsa.gov. Please include the subject line: “Houlton LPOE Sources Sought Response”. Questions or comments regarding this notice may be addressed to Paul Murphy by email at paul.murphy@gsa.gov or via cell phone at (617) 513-6954.


Attachments/Links
Contact Information
Contracting Office Address
  • ACQUISITION MANAGEMENT DIVISION 10 CAUSEWAY STREET
  • BOSTON , MA 02222
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 18, 2024 04:18 pm EDTSources Sought (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Bid Date WIN(s) Municipality Description Date Posted/Updated 5/8/2024 027480.00 View Map Allagash &

State Government of Maine

Bid Due: 5/08/2024

Contracting Entity project title Project location information number due date time Augusta School

State Government of Maine

Bid Due: 5/10/2024

Follow DESIGN-BID-BUILD (DBB), B14 NEW STAIR/LIFE SAFETY/POWER IMPROVEMENTS PORTSMOUTH NAVAL SHIPYARD (PNSY), KITTERY,

DEPT OF DEFENSE

Bid Due: 5/13/2024

Bid Date WIN(s) Municipality Description Date Posted/Updated 5/1/2024 026872.00 View Map Deblois &

State Government of Maine

Bid Due: 5/01/2024