Request for Qualifications (RFQ) for Design-Build Services for a New United States Courthouse 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) is soliciting Design-Build (DB) services for a new United States Courthouse in Hartford, CT. This two-phase Request for Qualifications (RFQ) seeks a highly qualified firm to provide comprehensive site development, design, and construction for a facility up to 281,000 gross square feet, incorporating classical or traditional architecture. Phase 1 Proposals are due Friday, April 24, 2026, at 4:00 PM ET.
Opportunity Overview
This solicitation (47PB5126R0013) is a re-solicitation following a protest, aiming to replace an outdated facility. The new courthouse will accommodate up to 11 courtrooms, 18 chambers, and various federal offices including U.S. District Clerk, U.S. Bankruptcy Clerk, U.S. Probation and Pretrial Services, and U.S. Marshals Service. The project emphasizes a "design to budget" approach with a Scope Prioritization Matrix and adherence to Executive Order 14344, "Making Federal Architecture Beautiful Again."
Scope of Work
The selected Design-Build firm will be responsible for comprehensive site development, Design Phase Services (DPS), and Construction Phase Services (CPS). DPS includes concept, design development, construction documents, scheduling, and cost estimating. CPS covers site remediation, construction, contract administration, scheduling, cost monitoring, and inspections. The facility will be located at 180 Allyn Street, Hartford, CT.
Contract Details
This is a Firm-Fixed Price Design-Build contract with an estimated construction cost of $292,000,000. The anticipated Period of Performance is 48 months (1460 calendar days) for substantial completion from the Notice to Proceed. A mandatory Project Labor Agreement (PLA) is required, justified by GSA under a public interest exception. Unsuccessful Phase 2 offerors may receive a stipend of up to $500,000. Liquidated damages are set at $14,163.79 per calendar day.
Site Conditions
Extensive environmental and geotechnical reports indicate complex subsurface conditions at the 180 Allyn Street site, including historic fill, variable soils, and bedrock. Environmental contamination (e.g., ETPH, VOCs, PAHs, lead, arsenic) has been detected in soil and groundwater, exceeding regulatory criteria. Bidders must account for potential remediation, specific handling and disposal of excavated soils, dewatering, and the likely need for deep foundations, which will impact project costs and execution.
Submission & Evaluation
This procurement uses a two-phase design-build selection procedure with a best value tradeoff.
- Phase 1 (Qualifications): Proposals are due April 24, 2026, at 4:00 PM ET. Evaluation criteria include Technical Qualifications of Firms (60%), Approach to Design Build (20%), and Lead Designer (20%). A maximum of three highly qualified offerors will be shortlisted for Phase 2.
- Phase 2 (Proposals): Shortlisted firms will submit detailed proposals. Evaluation criteria include Quality of Design Concept (50%), Qualifications and Experience of Key Personnel (20%), Management Plan (20%), Project Schedule (5%), and Small Business Utilization (5%). Offerors must have an active registration in SAM.gov.
Eligibility / Set-Aside
This opportunity is open to all responsible sources. The NAICS Code is 236220 (Commercial and Institutional Building Construction) with a $45 million size standard. A mandatory Project Labor Agreement is required.
Contact Information
For inquiries, contact Douglas Tumbrello at douglas.tumbello@gsa.gov or 917-574-3499. Monitor www.sam.gov for all updates and amendments.