Design Bid Build (DBB) Construction Requirement for Alburg Springs Land Port of Entry (LPOE), Alburg, Vermont
Federal opportunity from GENERAL SERVICES ADMINISTRATION. Place of performance: VT. Response deadline: Jun 01, 2026.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Incumbent & Expiration Tracking
Competitive Heat Score
Moderate competition signal. Standard qualification and pricing discipline should hold.
- Deadline runway: 92 days remaining.
- Competition pool: Open competition (no set-aside detected).
Point of Contact
Agency & Office
Description
The General Services Administration (GSA), Public Buildings Service (PBS) Office of Acquisition Management intends to hire a construction contractor for a Repair and Alteration (R&A) and Driveway Extension project at the Land Port of Entry (LPOE) in Alburg Springs, VT. The Driveway Extension will be included in the project as a contract option. The Government will utilize the Design-Bid-Build (DBB) delivery method. DBB is the traditional delivery method where design and construction are sequential and contracted for separately, with two contracts and two contractors. The project shall adhere to the GSA PBS Core Building Standards and the Customs and Border Protection (CBP) 2023 Land Port of Entry Design Standard.The Alburg Springs LPOE is located at 303 Alburgh Springs Road, in Alburgh, VT. CBP is the tenant and operates out of the buildings and the land. The LPOE is located on the westerly side of Alburg Springs Road, also known as Town Highway 2, and located adjacent to the international border between Dominion of Canada and the United States of America in the Town of Alburgh, County of Grand Isle, State of Vermont. The LPOE is in a rural area just west of Lake Champlain and approximately five miles northeast of the Town of Alburgh, Vermont. The LPOE is across the border from the Canada Border Services Agency (CBSA) Office in Clarenceville, Quebec. The U.S. port operates 7 days a week from 8:00 am to 4:00 pm and the Canadian port operates from 8:00 am to 4:00 pm.The main goal for this project is to provide a renovated LPOE with the addition of a driveway extension for CBP and GSA that will meet each agency’s requirements and allow for efficient operations. The R&A portion is needed to modernize the port, correct port deficiencies, and bring the LPOE up to current standards based on the Program of Requirements provided by GSA and CBP. The project will be completed in a way that will incorporate the existing Historic Facility, which is listed in the National Register of Historic Places. Major elements of the project will include gates and guardrails for primary passenger and commercial lanes, a new officer inspection booth, interior upgrades, such as all new floorplan, and new and upgraded MEP and Security. The driveway portion will address the security challenges at the LPOE with local traffic entering and exiting their residential properties directly in front of the port.The port will be fully closed during all construction activities.One (1) award will be made from this Design-Bid-Build solicitation.This procurement will be solicited as full and open competition with no set-asides.The North American Industry Classification System (NAICS) code for this acquisition is 236220 (Commercial and Institutional Building Construction). A Performance Bond will be required.The estimated cost is between $10,000,000 and $15,000,000.The anticipated award month is in or around July 2026. It is the offeror’s responsibility to monitor this site for release of the RFP, amendments and any related information. To access the secure documents, please request access and provide the SAM Unique Entity ID.To ensure that you receive all information regarding this solicitation, please register to receive updates at www.SAM.gov , follow the procedures for notification registration.Interested Parties/How to Offer: The Solicitation will only be available electronically. The solicitation is expected to be available in April 2026. The solicitation can only be obtained by accessing SAM.gov, a secure website designed to safeguard sensitive but unclassified (SBU) acquisition material. Potential offerors will be responsible for downloading the solicitation and for monitoring the website for possible amendments and/or additional information. Potential offerors must be registered in SAM.gov. Inquiries concerning the project should be directed to the following email address: emily.jackson@gsa.gov and reference the solicitation number in the subject line.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.