Opportunity
SAM #47PC5326R0013
Renovation of M129 Hold Room into Private Shower at Alexandria Bay Land Port of Entry
Buyer
PBS PROJECT DELIVERY EAST - BRANCH C
Posted
May 11, 2026
Respond By
June 10, 2026
Identifier
47PC5326R0013
NAICS
236220, 238210, 238220, 238910
This opportunity involves construction services for the Alexandria Bay Land Port of Entry (LPOE) in New York, specifically converting the M129 Hold room into a Private Shower room for detainees. - Government Buyer: - U.S. General Services Administration (GSA), Public Buildings Service (PBS), Project Delivery East - Branch C - Contracting Officer: Erin Miller - OEMs and Vendors: - No specific Original Equipment Manufacturers (OEMs) or vendors are named in the solicitation or attachments. - Products/Services Requested: - Construction services to renovate and convert the M129 Hold room into a Private Shower room - Includes all labor, materials, tools, equipment, and supervision - Scope covers electrical, mechanical, ACM, plumbing fixtures, and building repairs, renovations, and alterations - Compliance with Buy American construction material provisions and federal regulations required - Unique or Notable Requirements: - Work must be performed in an occupied federal facility without disrupting tenant operations - Contractor must coordinate with GSA representatives and comply with security and submittal requirements - HUBZone small business set-aside under NAICS code 236220 - Performance/payment bonds required - Firm Fixed Price contract - Performance Period: - Estimated duration is 120 calendar days after Notice to Proceed, with substantial completion within 90 days and final completion within 30 days after substantial completion - Estimated Contract Value: - Between $25,000 and $100,000 - Place of Performance: - Alexandria Bay Land Port of Entry, 46735 U.S. Interstate 81, Alexandria Bay, NY 13607 - New Border Station, INT 81, Alexandria Bay, NY 13607 - Contracting office: 1800 F St NW, Washington, DC 20405
Description
Construction Services contract for the Alexandria Bay Land Port of Entry (LPOE) Private Shower project at the Alexandria Bay LPOE, 46735 U.S. Interstate 81 Alexandria Bay, NY, 13607.
Proposals are due Wednesday, June 10th, 2026 by 3:00 pm EDT. All proposals should be sent electronically via email to erin.miller@gsa.gov.
The site visit will be held on Monday, May 18th, 2026 11:30am EDT at the Alexandria Bay, LPOE. All individuals who would like to attend must email erin.miller@gsa.gov and jordon.smith@gsa.gov by May 15, 2026 to confirm their attendance. The site visit is not mandatory, but is encouraged. Questions are due via email to erin.miller@gsa.gov and jordon.smith@gsa.gov by close of business on Friday, May 22nd, 2026, by 3:00pm EDT.
In order to receive the Specifications and Drawings for this solicitation, you must complete Attachment , "Safeguarding and Dissemination of Controlled Unclassified Information (CUI) Building Information." The completed CUI Form must be sent via email to erin.miller@gsa.gov.
All solicitation posts and updates for the Alexandria Bay, LPOE Private Shower- Construction project will be posted to Solicitation No. 47PC5326R0013.
The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery Contracting Division-East Branch C intends to issue a Request for Proposal (RFP) for a qualified General Contractor to provide construction services for the Alexandria Bay LPOE Private Shower project at the Alexandria Bay LPOE, 46735 U.S. Interstate 81 Alexandria Bay, NY, 13607.
The Alexandria Bay LPOE Private Shower project at the Alexandria Bay LPOE, 46735 U.S. Interstate 81 Alexandria Bay, NY, 13607 includes, but is not limited to providing all labor, materials, tools, and equipment necessary to make necessary improvements to the federal facility to meet the requirements as per the construction documents and supporting documents. The project will require work performed in an occupied building without disruption to the operations of the tenants.
The primary goal is to renovate and convert the M129 Hold room in the Main Building into a Private Shower room, as described in the reference documents. To support this project initiative, GSA requires a construction contractor to procure, supply, and furnish all materials and labor to implement the work set forth by the design documents, drawings and specifications. The contractor must be proficient in construction services, which include, but are not limited to: electrical, mechanical, ACM, etc. The contractor must also have adequate labor, equipment, materials, and experience to perform the requirements imposed by this construction project. The contractor must also have knowledge of building repairs, renovations and alterations.
The procurement will be awarded to one (1) Historically Underutilized Business Zone (HUBZone) set-aside contractor. Offers from other than this small business concern will not be considered by the agency. The North American Industry Classification System (NAICS) code associated with this procurement is 236220, Commercial and Institutional Building Construction. The Small Business Administration standard of 45 million dollars in annual receipts averaged over the last three (3) completed fiscal years.
This project shall be performed by an experienced Contractor that has performed similar work. The estimated performance period is 120 calendar days after Notice to Proceed has been issued. The magnitude of construction for this project is between $25,000 and $100,000.
The Government anticipates making an award to an Offeror using the Price Only procurement method. The Government intends to evaluate proposals and make an award without discussions; therefore, the Contractor’s initial proposal should contain their best offer. However, the Government reserves the right to conduct discussions if it is determined necessary or otherwise in the best interest of the Government. The planned project delivery method will result in a Firm-Fixed-Price contract for construction services.
FAR 28.102(b)(1) Pursuant to 40 U.S.C. 3132, for construction contracts greater than $35,000, but not greater than $150,000, the contracting officer must select two or more of the following payment protections, giving particular consideration to inclusion of an irrevocable letter of credit as one of the selected alternatives:
(i) A payment bond.
(ii) An irrevocable letter of credit (ILC).
A description of GSA’s policies and procedures, in addition to that outlined in FAR 43.304, that apply to definitization of equitable adjustments for change orders under construction contracts can be found at GSAM 552.243-71 Equitable Adjustments, https://www.acquisition.gov/gsam/552.243-71.
All information, amendments and questions concerning this solicitation will be electronically posted at the https://sam.gov website. No telephone requests will be accepted, and no paper copies will be mailed to prospective offerors.
There is expected to be a Pre-Proposal conference and site walk-through. Interested firms must be registered in the System for Award Management (SAM), in order to receive a contract award. Firms can register via the Internet site at https://www.sam.gov or by contacting SAM Service Desk at https://www.fsd.gov.
The solicitation and associated information will only be available from the https://sam.gov website mentioned above. No telephone requests will be accepted. The solicitation will not be a sealed bid and there will not be a formal bid opening. All inquiries must be in writing, via email to the person(s) specified in the solicitation. All answers will be provided in writing and will be available on the aforementioned https://sam.gov posting. Offerors will not be reimbursed for proposal submittal expenses.
Several solicitation documents will be posted as "Locked" packages in the https://sam.gov posting. In order to view or download the packages, vendors must have a secure account. Information on how to register for an account and log in is available on the https://sam.gov website, under the "Getting Started" tab.
Interested parties are strongly encouraged to register to this notice to receive notification of actions including posting of any amendments. However, offerors are advised to check the site frequently as they are responsible for obtaining amendments.
DISCLAIMER: The official solicitation package and technical specifications will be located on the official Government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued, will be posted to the https://sam.gov website for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.
Controlled Unclassified Information (C.U.I.): GSA will provide the solicitation and supporting documents on www.sam.gov. Prospective Contractors must limit the dissemination of this information to authorized users only. Dissemination of information shall only be made upon determining that the recipient is authorized to receive it. The criterion for deciding authorization is need-to-know. Those who need to know are those who are specifically granted access for the conduct of business on behalf of or with GSA. This authority includes all persons or firms necessary to do work at the request of the Government, such as architects and engineers, consultants, contractors, subcontractors, suppliers, and others that the prospective contractor deems necessary to submit an offer/bid or to complete the work or contract, as well as maintenance and repair contractors and equipment service contractors.