General Contractor Services for enabling work associated with the Elevator Modernization for the Thurgood Marshall U.S. Courthouse, New York, NY
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 conducting a Request for Information (RFI) and Sources Sought Notice (SSN) for General Contractor Services for the Elevator Modernization project at the Thurgood Marshall U.S. Courthouse in New York, NY. This market research aims to identify qualified firms, particularly small businesses, capable of performing construction services for this project. Responses are due March 16, 2026.
Scope of Work
The project involves the modernization of all seventeen (17) elevators at the Thurgood Marshall U.S. Courthouse, including upgrades to mechanical, electrical, and fire protection equipment within the elevator machine rooms. The Courthouse will remain fully operational, requiring phased work and disruptive activities to occur after business hours. The selected General Contractor must ensure compliance with Government access and security requirements, GSA Public Buildings Services Core Standards, Building Information Modeling (BIM), U.S. Courts Design Guide, and Publication 64.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought Notice (SSN)
- Anticipated Award: November 2026
- Estimated Duration: 48 months
- Estimated Magnitude: $25,000,000 to $35,000,000
- NAICS Code: 236220, Commercial and Institutional Building Construction (Small Business Size Standard: $45,000,000)
- Set-Aside: None specified; market research is assessing potential for Small Business, HUBZone, Women-Owned, or Service-Disabled Veteran-Owned Small Business set-asides.
- Response Due: March 16, 2026, 4:00 PM Atlantic Standard Time (AST)
- Published: March 2, 2026
Response Requirements
Interested parties should submit a written Letter of Interest and Capability Statement (five single-sided page limit, PDF) addressing:
- Company details (name, UEI, address, POC, phone, email).
- Active SAM.gov registration.
- Business size and socioeconomic designations (8(a), SDB, HUBZone, SDVOSB, WOSB).
- Capability to perform a contract of this magnitude, including descriptions of three (3) similar projects over $10,000,000 completed as a prime contractor within the past seven (7) years.
- Experience coordinating and executing significant elevator modernization in occupied, high-security facilities, detailing risk mitigation strategies.
- Evidence of bonding capability up to $35,000,000 for a single project and aggregate capacity.
- Joint venture details (if applicable).
- Narrative for out-of-area firms on fair and reasonable pricing.
- Any other pertinent information.
Submissions should be sent electronically to Natalia.Lugo-VinaCruz@gsa.gov with the subject "TMCH Elevator Modernization RFI Response".
Additional Notes
This RFI is for planning purposes only and does not commit GSA to issue a solicitation. The Government will not pay for information received. However, a solicitation based on this market survey is anticipated. Interested parties may contact Ms. Lugo-Vina to schedule a meeting to discuss this RFI.