Presolicitation Notice for Design-Build (DB) Services for New United States Courthouse Project in Hartford, CT
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) has issued a Presolicitation Notice for Design-Build (DB) services for a new United States Courthouse Project in Hartford, CT. This project, estimated at $292,000,000, aims to replace the inadequate existing facility with a modern courthouse. The solicitation is anticipated on or about March 12, 2026, with proposals due 30 days thereafter.
Project Overview
The current Abraham A. Ribicoff Federal Building and Courthouse, built in 1963, lacks space functionality, security, and proper circulation for the U.S. Marshals Service. GSA seeks a highly qualified contractor to provide comprehensive site design and construction for a new facility at 180 Allyn Street, Hartford, CT. The new courthouse will be up to 281,000 gross square feet, accommodating up to 11 courtrooms, 18 chambers, and offices for the U.S. District Court, U.S. Bankruptcy Court, Clerks, Probation, and USMS.
Scope of Work
The Design-Build Contractor will be responsible for both Design Phase Services (DPS) and Construction Phase Services (CPS).
- DPS includes concept, design development, construction documents, scheduling, cost estimating, and identifying long-lead items.
- CPS covers site remediation, courthouse construction, contract administration, scheduling (Critical Path Method), cost monitoring, record keeping, progress reporting, and inspections. The project will utilize a "design to budget" approach with a Scope Prioritization Matrix and must align with Executive Order 14344, "Making Federal Architecture Beautiful Again."
Contract Details
- Contract Type: Firm-Fixed Price.
- Estimated Cost of Construction: $292,000,000.
- Period of Performance: Anticipated January 2027 to January 2031.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a $45 million small business size standard.
- Project Labor Agreements (PLAs): GSA will include mandatory PLA requirements, invoking a public interest exception (41 U.S.C. § 3304(a)(7)) to address prior legal challenges. GSA states that no firms are excluded, and all responsible sources are encouraged to submit proposals.
Submission & Evaluation
This requirement will be competitively procured using two-phase design-build selection procedures (FAR 36.101-2) and best value tradeoff procedures (FAR Subparts 15.1 and 15.2).
- Solicitation Release: On or about March 12, 2026.
- Proposals Due: Thirty (30) calendar days after solicitation issuance.
- All information and amendments will be posted on www.sam.gov.
Key Considerations
Offerors must have an active registration in SAM.gov and adhere to HSPD-12 (FAR 52.204-9) for personnel identity verification. This acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
Contact Information
Primary Point of Contact: Douglas Tumbrello, Contracting Officer, douglas.tumbrello@gsa.gov.