Similar Projects
Burton Island SP Toilet Building Site Work
Infrastructure
Bidding
$400,000 CJ est. value
Saint Albans, VT 05478

Church Street Sewer Improvements
Infrastructure
Bidding
$375,000 CJ est. value
Enosburg Fls, VT 05450

Missisquoi Valley Rail Trail Concrete Slabs and Relocation of a Kiosk
Infrastructure
Post-Bid
$400,000 CJ est. value
Saint Albans, VT 05478

Sandy Bay / Black Woods Road Drainage Improvements
Infrastructure
Post-Bid
$15,000 CJ est. value
Franklin, VT 05457

Construction Services Performed on AJW-242 Unstaffed Infrastructure Sustainment (UIS) Facilities On and Off Airport Operating Areas
Results
Less than $150,000,000 est. value

SB Fuels Multiple Award Task Order Contract (MATOC)
Results
Less than $349,000,000 est. value
Washington, DC

Fairfield Street Emergency Department Expansion
Addition, Infrastructure, Renovation - 11,676 SF
Pending Verification
$11,000,000 CJ est. value
Saint Albans, VT 05478

Nucar Automall of Saint Albans Expansion
New Construction, Infrastructure - 50,000 SF
Pending Verification
$13,200,000 CJ est. value
Saint Albans, VT 05478

Rood Mill Bridge Stabilization Project
Infrastructure
Bidding
$25,000 CJ est. value
Fairfax, VT 05454

Swanton Bridge 6 Joint Rehabilitation
Infrastructure
Post-Bid
$250,000 CJ est. value
Swanton, VT 05488

St. Albans Federal Building Customs and Border Protection Port Bathroom Renovations, Full Port Refresh, and Air Handler Unit Replacement
Renovation
Results
$1,000,000 to $5,000,000 est. value
Saint Albans, VT

Bellows Free Academy (BFA Fairfax) - 2022 Bond - Franklin West Supervisory Union
Addition, Demolition, Renovation, Infrastructure
Pending Verification
$36,500,000 CJ est. value
Fairfax, VT 05454

Architectural and Environmental Services
Term Contract
Post-Bid
$17,450 CJ est. value
Saint Albans, VT 05478

Burton Island State Park Toilet Building Renovation and New Shower Buildings
New Construction, Infrastructure, Renovation
Results
$1,760,000 CJ est. value
Saint Albans, VT 05478

Route 7 Mixed-Use Development
New Construction, Infrastructure
Pending Verification
$1,000,000 CJ est. value
Swanton, VT 05488

Last Updated 08/23/2023 05:38 AM
Project Title

RFQ Construction Manager - Construction Manager as Constructor (CMc) Services for the Land Port Of Entry (LPOE), Highgate Springs

Physical Address View project details and contacts
City, State (County) Highgate, VT 05488   (Franklin County)
Category(s) Government/Public, Heavy and Highway
Sub-Category(s) Misc. Buildings, Site Development
Contracting Method Competitive Bids
Project Status Request for Qualifications, Construction start expected May 2024
Bids Due View project details and contacts
Estimated Value $150,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

THIS IS A SOURCES SOUGHT AND NOT A REQUEST FOR PROPOSAL for Construction Manager as Constructor (CMc) Services for the Highgate Springs, VT, Land Port of Entry, 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 as a result of this market research. The General Services Administration (GSA), Public Building Service (PBS), Region 1, is conducting a market survey and is seeking qualified sources to provide Construction Manager as Constructor (CMc) services for the new construction of the Land Port of Entry at Interstate 89 at Highgate Springs, Vermont, 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 Construction Manager as-constructor (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 Public Building Service (P100) 2021 with 2022 addendum, Building Information Modeling (BIM), and DHS CBP requirements and guidelines. The existing Land Port of Entry (LPOE) facility is located in Highgate Springs, Vermont, and is bounded to the north by the U.S./Canada border, to the east by the northbound lanes of I-89 and rock outcroppings and bluffs, to the south by the former site of the State of Vermont's Welcome Center, and to the west by privately owned land. This site is approximately 16.1 acres and includes seven (7) buildings totaling approximately 44,000 GSF. The Tenants include the U.S. Department of Homeland Security's (DHS) Customs and Border Protection (CBP); the Food and Drug Administration (FDA); Department of Agriculture's (USDA) Animal and Plant Health Inspection Service (APHIS), and GSA. 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 increased traffic volume estimated after Canada Autoroute A35 is completed. 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: 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. 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 early 2024. Contract duration: Estimated 2 years (48 months). Estimated magnitude of construction: $100,000,000 TO $150,000,000. 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) September 15, 2023, 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: Blake.robbins@gsa.gov and Emily.Jackson@gsa.gov. Please include the subject line: "Highgate Springs Sources Sought Response". Questions or comments regarding this notice may be addressed to Blake Robbins by email at blake.robbins@gsa.gov. or via cell phone at (617) 416-2992. The method of Contractor Selection has not been Determined at this time. *The value for this project is based on a financial range. The value is listed as the highest possible cost from the range provided by a stakeholder or official project document.

Details

Division 03 - Concrete, Concrete Forming and Accessories, Cast-in-Place Concrete.
Division 04 - Masonry, Unit Masonry.
Division 06 - Wood, Plastics, and Composites, Rough Carpentry, Finish Carpentry, Millwork.
Division 07 - Thermal and Moisture Protection, Dampproofing and Waterproofing, Thermal Protection, Weather Barriers.
Division 08 - Openings, Doors and Frames, Entrances, Windows.
Division 09 - Finishes, Plaster and Gypsum Board, Acoustical Ceilings, Flooring, Carpeting, Acoustic Treatment, Painting.
Division 12 - Furnishings.
Division 21 - Fire Suppression, Water-Based Fire-Suppression Systems, Fire-Extinguishing Systems.
Division 22 - Plumbing, Instrumentation and Control for Plumbing, Plumbing Piping, Plumbing Equipment, Plumbing Fixtures, Drinking Fountains and Water Coolers.
Division 23 - Heating, Ventilating, and Air Conditioning (HVAC), Instrumentation and Control for HVAC, HVAC Air Distribution, Central HVAC Equipment.
Division 26 - Electrical, Power Distribution Units, Lighting, Interior Lighting, Emergency Lighting, Exit Signs, Exterior Lighting.
Division 27 - Communications, Structured Cabling, Data Communications, Voice Communications.
Division 28 - Electronic Safety and Security.
Division 31 - Earthwork, Clearing and Grubbing, Grading, Soil Treatment.
Division 32 - Exterior Improvements, Flexible Paving, Asphalt Paving, Rigid Paving, Concrete Paving, Curbs, Gutters, Sidewalks, and Driveways, Paving Specialties, Parking Bumpers, Pavement Markings, Fences and Gates, Irrigation, Planting.
Division 33 - Utilities.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents