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), Public Buildings Service (PBS), has issued a Presolicitation Notice for Design-Build (DB) Services for a new United States Courthouse Project in Hartford, CT. This re-solicitation follows a protest at the U.S. Court of Federal Claims regarding Project Labor Agreements (PLAs). GSA has invoked a public interest exception to mandate PLAs for this project. The new courthouse, estimated at $292,000,000, will replace the existing facility, which is inadequate in space, functionality, and security. The solicitation is anticipated on or about March 12, 2026, with proposals due thirty (30) calendar days thereafter.
Scope of Work
The selected DB Contractor will provide comprehensive site design and construction services for a new 281,000 gross square feet facility at 180 Allyn Street, Hartford, CT. The project aims to accommodate up to 11 courtrooms, 18 chambers, the U.S. District Court, U.S. Bankruptcy Court, U.S. District Clerk, U.S. Bankruptcy Clerk, U.S. Probation and Pretrial Services Offices, and the U.S. Marshals Service.
Services include both Design Phase Services (DPS) and Construction Phase Services (CPS). DPS encompasses concept development, design development, construction documents, scheduling, cost estimating, and identification of long-lead items. CPS involves site remediation, construction, contract administration, Critical Path Method (CPM) scheduling, cost monitoring, inspections, and testing. The DB Contractor will have full responsibility for the design and construction, utilizing a "design to budget" approach with a Scope Prioritization Matrix. The design must align with Executive Order 14344, "Making Federal Architecture Beautiful Again."
Contract & Timeline
- Contract Type: Firm-Fixed Price.
- Period of Performance: Anticipated January 2027 to January 2031.
- Estimated Cost of Construction: $292,000,000.
- NAICS Code: 236220 (Commercial and Institutional Building Construction), with a Small Business Administration size standard of $45 million.
- Solicitation Release: On or about March 12, 2026.
- Proposals Due: Thirty (30) calendar days after solicitation issuance.
- Published Date: March 11, 2026.
Evaluation & Eligibility
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). A mandatory Project Labor Agreement (PLA) requirement will be included, justified by the GSA Administrator's invocation of a public interest exception (41 U.S.C. § 3304(a)(7)). All responsible sources are encouraged to submit proposals. Offerors must have an active registration in SAM.gov and comply with HSPD-12 and FAR 52.204-9 for personnel access. The acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
Additional Notes
- Place of Performance: 180 Allyn Street, Hartford, CT 06103.
- Primary Point of Contact: Douglas Tumbrello, Contracting Officer, douglas.tumbrello@gsa.gov.
- All official information, amendments, and questions will be posted electronically on www.sam.gov.