The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



GENERAL SERVICES ADMINISTRATION, PUBLIC BUILDINGS SERVICE, PBS R8 ACQUISITION MANAGEMENT DIVISION, R8 ACQUISITION MANAGEMENT DIVISION, LAKEWOOD CO 80225


Y -- Design-Build Services for Modernization of the Lynden & Sumas Land Ports of Entry SOL 47PJ0025R0059 DUE 06/04/2025 at 02:00PM -06:00 POC Shannon Sweeney, shannon.sweeney@gsa.gov Tammy Quinn, tammy.quinn@gsa.gov

IMPORTANT NOTICE
This is a Sources Sought Notice only.
This announcement is issued solely for market research and planning purposes. It does not constitute a solicitation, request for proposals, or offer. No contract will be awarded from this notice. The Government will not reimburse respondents for any costs associated with submission of information in response to this notice.

PROJECT OVERVIEW
The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Region 8, Capital Construction Branch is seeking capable and experienced Design-Build (D-B) firms for the modernization of the Lynden & Sumas Land Ports of Entry (LPOE), located in Washington.

The Government is conducting a market survey to identify qualified large and small businesses with substantial design-build experience on complex, remote projects of similar size, scope, and technical challenges.
• Estimated Construction Magnitude: Over $400 million
• NAICS Code: 236220 – Commercial and Institutional Building Construction
• Small Business Size Standard: $45 million

PROJECT DESCRIPTION
The two (2) ports are briefly described below.

KENNETH G. WARD (LYNDEN) LPOE
The Lynden LPOE, occupying approximately 4.7 acres, is located along the US-Canadian border at the northern end of Washington State Route (SR) 539 (aka Guide-Meridian Road). The port, which is approximately 6 miles north of the city of Lynden WA, sits approximately 10 miles to the east of the Peace Arch and Pacific Highway LPOEs (which are in nearby Blaine WA), and sits approximately 10 miles to the west of the Sumas LPOE. The existing port was last modernized in the late 1980s.

The port operates 16 hours a day (08:00-00:00), 365 days a year processing commercial, privately owned vehicles (POVs), buses, and a limited number of pedestrian crossings. The port operates as a permit-only commercial location, limiting commercial traffic to entities that are transporting empty loads or who have prescheduled limited (monetary value) loads with CBP for transit through Lynden.

SUMAS LPOE
The Sumas LPOE, which occupies approximately 4.0 acres, is located on WA SR 9 (aka Cherry Street) at the northern end of the city of Sumas WA. The port is surrounded by the US-Canadian border to the north, mixed use commercial and residential properties to the east and south, and a Burlington-Northern & Santa Fe (BNSF) railroad to the immediate west. The port, which was last modernized in the 1980s, sits approximately 10 miles to the east of the Lynden LPOE.

The port operates 24/7/365 processing commercial, POVs, buses, and a significant number of pedestrian crossings. Sumas processes the 2nd most pedestrian crossings, after the Niagara Falls LPOE, along the northern US border. A significant number of these pedestrians make their way to & from Canada, transiting through the Sumas LPOE, to access several storefront shipping locations in the downtown Sumas business district just south of the port to pick up packages shipped to, or within, the US.
The Sumas LPOE and project site are in a floodplain that recently (2021) experienced a significant flooding event. Flood- and stormwater management will be a significant aspect of the Sumas project. The project must simultaneously: 1) ensure that the modernized port is adequately protected; 2) ensure that any management and mitigation efforts employed at the port do not introduce adverse impacts to the neighboring community; and 3) ensure that any flood- and stormwater mitigation efforts that the city, county, state, and/or federal government(s) undertake(s) – separately from the modernization project – to mitigate flood risk in the larger downtown community do not, in turn, negatively impact the port.

GSA and U.S. Customs and Border Patrol (CBP) currently expect that the D-B will employ sequential and concurrent construction phasing when modernizing the two ports. The current expectation is that Lynden will start its construction modernization first and then Sumas will follow approximately midway through construction. This provides CBP with several operational advantages, including the ability to divert at least some of Sumas’ commercial traffic to the modernized Lynden port, on a limited basis, while the Sumas port is modernized after Lynden is brought on-line. It is important to note that the construction of these two ports cannot affect the operational mission of both Lynden and Sumas LPOE’s.

The project will seek to accomplish the following goals:
• Provide best value to partner agencies and taxpayers
• Develop safe, productive, and attractive workplaces
• Deliver projects on time and on budget
• Achieve building performance that is resilient and efficient
• Leverage the skill of America’s most qualified designers and artists
• Strive for Design, Construction and Operational Excellence
• Provide stewardship for the next generation of respected landmarks

The DB contractor will be responsible for the complete design and construction of both ports, including—but not limited to—the following general scope elements:
• Demolition and Site Preparation • Removal of outdated port infrastructure, utilities, and impervious surfaces across both sites (approx. 8.7 acres combined). • Site clearing, remediation, and preparation to meet updated floodplain and environmental requirements, particularly at the Sumas site.

• New Construction and Modernization • Design and construction of modernized port facilities totaling approximately 117,000 square feet across both locations. • Construction of new inspection facilities for passenger vehicles, buses, commercial traffic, and pedestrians. • Development of support buildings including: o Main Administration and Inspection Facilities o Secure Commercial and POV Inspection Areas o Utility and Infrastructure Support Buildings o Extensive site improvements including access roads, parking areas, pedestrian pathways, landscaping, and perimeter security systems.

• Flood and Stormwater Management (Sumas-Specific) • Implementation of flood and stormwater mitigation systems to protect the Sumas LPOE, with consideration of community impact and integration with regional flood control efforts.

• Construction Phasing and Operational Continuity • GSA and U.S. Customs and Border Patrol (CBP) currently expect that the D-B will employ sequential and concurrent construction phasing when modernizing the two ports. The current expectation is that Lynden will start its construction modernization first and then Sumas will follow approximately midway through construction. • Phasing plans must maintain partial operational capability at Sumas, especially for pedestrian and POV processing, throughout the project. Construction of these two ports cannot affect the operational mission of Lynden and Sumas LPOE’s.

The DB contractor must coordinate closely with GSA, CBP, and the Construction Manager as Advisor (CMA) to ensure timely delivery, funding compliance, and adherence to all federal and local regulatory requirements.

ANTICIPATED PROCUREMENT SCHEDULE
• Solicitation Release (Projected): Q4 FY2025
• Contract Award (Projected): April 2026
• Substantial Completion (Projected): March 2030 Note: All dates are estimates and subject to change.

CAPABILITY STATEMENT INSTRUCTIONS
Firms interested in this opportunity should submit a Capabilities Statement (maximum 10 pages) addressing the following:
1. Company Information
• Company name, address, DUNS number/UEI, and primary POC (name, phone, email)
• Business classification under NAICS 236220 (e.g., Large Business, Small Business, SDVOSB, etc.)
• Years in business, affiliate or parent company details, and any joint venture or teaming partners

2. Expression of Interest
• A brief statement affirming the intent to propose as a prime contractor for any forthcoming solicitation related to this notice

3. Relevant Project Experience (Up to 2 Projects)
Each project must demonstrate comparable size, complexity, scope, and delivery method. Include:
• Project title, owner, and contract/reference number
• Contract award value and completion year
• Confirmation of Design-Build delivery method
• Description of work performed between two (2) or more phased construction sites located 5 miles or more from each other.
• Description of site planning and construction (utilities, roads, grading, storm drainage, security, etc.)
• Description of specialized client/user needs (e.g., ports of entry, prisons, hospitals)
• List of key personnel and technical skillsets relevant to this project
• Current bonding capacity and evidence of ability to bond >$400M

4. Cost Savings for Phasing Between 2 Construction Sites
In addition to your capabilities statement, please include any information about potential cost savings that can be obtained by combining the project phasing between 2 construction sites (5 miles or more apart) as opposed to working each site as independent, separate construction
projects and contracts. Savings may include materials, personnel, mobilization, demobilization, administration, and other factors.

5. Project Labor Agreement (PLA) Survey

Please also fill out the attached PLA survey.  The Government intends to use the responses to the attached survey for one year as a determination on whether or not to incorporate a PLA for general construction projects in the state of Washington.

EVALUATION & NEXT STEPS
This Sources Sought is intended to inform the acquisition strategy and determine whether sufficient interest exists among technically qualified and responsible firms. Responses will assist in determining potential for set-aside decisions under FAR Part 19.

All qualified and interested firms—regardless of business size—are strongly encouraged to respond.

SUBMISSION DETAILS
• Due Date: Wednesday, June 4, 2025

IMPORTANT NOTICE

This is a Sources Sought Notice only.

This announcement is issued solely for market research and planning purposes. It does not constitute a solicitation, request for proposals, or offer. No contract will be awarded from this notice. The Government will not reimburse respondents for any costs associated with submission of information in response to this notice.

URL: https://sam.gov/opp/a5abadee65be4fc6b34c950a458ac909/view

OutreachSystems Article Number: 20250520/PROCURE/0314
Matching keyword(s): ti:build*;