Design Build Repair and Alterations, Limestone Land Port of Entry, Maine
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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.
Quick Summary
The U.S. General Services Administration (GSA) is conducting a Request for Information (RFI) and Sources Sought Notice (SSN) for Design-Build (DB) Services for the Repair and Alterations of the Limestone Land Port of Entry (LPOE) in Limestone, Maine. This market research aims to identify qualified firms, including small businesses, capable of performing construction services for this project, which has an estimated magnitude of $3,000,000 to $12,000,000. Responses are due by April 14, 2026.
Scope of Work
This project involves enhancing security and renovating the historic Limestone LPOE, which was added to the National Register of Historic Places in 2014. Key elements include:
- Constructing a secondary inspection bay and a soft secondary overhang.
- Replacing and renovating pavement around the port.
- Installing a perimeter fence and gates, and adding site lighting.
- Removing the existing generator and installing a new, appropriately sized one.
- Demolishing the existing primary inspection booth and installing a new one between the inbound POV lane and the commercial traffic lane.
- Installing a new fire alarm system integrated into the GSA monitoring system.
- Installing new security cameras throughout the port. The port will remain fully operational and occupied during the estimated 24-month construction period. All work must adhere to GSA PBS Core Buildings Standards, Building Information Modeling (BIM), and DHS CBP requirements.
Contract & Timeline
- Opportunity Type: Request for Information (RFI) / Sources Sought Notice (SSN)
- Contract Type: Design-Build (DB) Services, firm-fixed price contract.
- Estimated Magnitude: $3,000,000 to $12,000,000
- Estimated Duration: 2 years (24 months)
- Anticipated Award: Summer of 2026
- NAICS Code: 236220, Commercial and Institutional Building Construction (Small Business Size Standard: $45M)
- Set-Aside: Market research to determine potential set-aside for Small Business, HUBZone, Women-Owned, or Service-Disabled Veteran-Owned small businesses. The Project Labor Agreement (PLA) requirement is waived, and Aroostook County Davis Bacon Rates will apply.
- Response Due: April 14, 2026, at 2:00 PM LOCAL BOSTON TIME.
- Published Date: March 26, 2026
Submission Requirements
Interested parties (both large and small businesses) must submit a written Letter of Interest including a Capability Statement (10 single-sided page limit, PDF) addressing:
- Company information (name, UEI, address, POC, SAM.gov registration).
- Business size and socioeconomic designations (8(a), SDB, HUBZone, SDVOSB, WOSB).
- Capability to perform a contract of this magnitude, scope, size, and complexity, including experience with Design-Build projects, historic structures, site civil projects, new construction, and renovations. Provide three projects with a minimum construction cost of $10M, completed within the past seven years, including customer details, timeliness, dollar value, tenant occupancy, key personnel, and scope.
- Bonding capability: single project up to $15,000,000 and aggregate capacity.
- Joint venture details (if applicable).
- Narrative for performing work outside the geographic location.
- Experience with extreme cold climate conditions, construction in remote areas, and secure facilities.
Additional Notes
This RFI is for planning purposes only and does not commit GSA to issue a solicitation. The Government will not pay for information received. However, a solicitation is anticipated based on this market survey. Electronic submissions (max 25MB) should be sent to Emily Jackson (emily.jackson@gsa.gov) with the subject line "Limestone LPOE RFI Response". Questions can also be directed to Emily Jackson via email or phone (617-283-2568).