Land Port of Entry Facility Expansion and Modernization Trout River, New York
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 soliciting for a qualified General Contractor to provide full construction services for the expansion and modernization of the Land Port of Entry (LPOE) facility at Trout River, New York. This project involves both new construction and historic renovation. Proposals are due by October 17, 2025, at 3:00 PM EST.
Scope of Work
The project entails expanding and modernizing the existing historic LPOE building, located near the U.S./Canada border in Constable, NY. The scope includes approximately 9,917 square feet of new additions and 7,748 square feet of historic renovation. Construction work covers concrete footings, foundations, slabs, walkways, roadways, vehicle inspection canopies and booths, structural framing, walls, ceilings, flooring, lighting, interior finishes, historic preservation, HVAC, electrical, plumbing, fire protection, and infrastructure for IT, AV, and electronic security systems. Commercial and non-commercial vehicle inspection facilities will be incorporated on the NYSDOT Route 30 Right of Way. Testing and commissioning of new HVAC and Life Safety systems are required. References to LEED certification have been removed.
Contract Details
This is a Combined Synopsis/Solicitation for General Construction Services (NAICS 236220, $45M size standard). The estimated price range is $25,000,000.00 to $35,000,000.00. The contract type is Firm-Fixed-Price. The period of performance requires substantial completion within 761 calendar days from the Notice to Proceed, with contract completion within 60 days of substantial completion. Liquidated damages are set at $1605.50 per calendar day for failure to achieve substantial completion. A bid guarantee (20% of bid price or $3,000,000, whichever is less) and performance/payment bonds are required. While no specific set-aside is designated, a Small Business Subcontracting Plan is required, and small business participation is a factor in evaluation. An option for photovoltaic (solar panels) is included. References to the Inflation Reduction Act (IRA) have been removed.
Key Amendments & Updates
- Proposal Due Date: Extended to October 17, 2025, at 3:00 PM EST (Amendment 0011).
- Offer Expiration: Extended to April 28, 2026 (Amendment 0015).
- Wage Rates: Updated Davis Bacon Wage Rates (NY20260120 Building, NY20260035 Heavy and Highway) were incorporated (Amendment 0014). Bidders may submit revised pricing by March 10, 2026, if necessary.
- LEED Certification: All references to LEED have been removed; it is not being sought for this project (Amendment 0013).
- IRA References: References to the Inflation Reduction Act have been removed (Amendment 0006).
- Pricing Sheet: Revised to Revision 2 (Amendment 0008), detailing pricing for base, canopy columns, masonry repair, rock removal, and photovoltaic option.
- Drawings/Specifications: Addendum 1 (Attachments A2-A12) and Addendum 2 (Drawings D1-D14, Specifications E1-E5) have been issued, along with resized structural drawings and an updated Table of Contents for Specifications. Multiple releases of RFI answers have been provided.
Submission & Evaluation
Proposals must include a Price Proposal (SF 1442, Pricing Sheet, SF 527, Bid Bond, Representations and Certifications) and a Technical Proposal (Experience Forms, Joint-Venture Agreement, Project Execution Narrative, Staffing Plan, Key Personnel Resumes, Past Performance Questionnaires, Performance Recognition Documents, Small Business Utilization Form). The technical proposal has a 75-page limit (excluding specific attachments). Evaluation will be on a best-value tradeoff basis, with non-price factors combined and more important than price:
- Factor 1: Experience on Similar Projects (35%)
- Factor 2: Project Execution (30%)
- Factor 3: Past Performance on Relevant Projects (25%)
- Factor 4: Subcontracting Methodology (10%) Offerors must be registered and active in SAM and comply with security and privacy requirements.
Points of Contact
- Primary: Lisa Zalar, lisa.zalar@gsa.gov
- Secondary: Winnie Eng, winnie.eng@gsa.gov