THIS NOTICE IS A SOURCES SOUGHT NOTICE ONLY. This Notice is not a request for offers or proposals. This Notice does not represent a commitment by the Government to issue a solicitation or award a contract. Information received will be used to determine the availability of responsible firms that would be interested in submitting proposals in response to the anticipated solicitation.
The U.S. General Services Administration (GSA), Public Buildings Service is seeking a highly qualified Design-Build Firm to provide comprehensive site development, design and construction services for a new U.S. Courthouse in Hartford, CT. The proposed new courthouse is estimated to have a maximum total area not to exceed 281,000 gross square feet of office, storage, and special use space. The site selection for a new project site has been completed. The site consists of a 2.19 acre parcel located at 180 Allyn Street in Hartford. The new facility is to be designed to accommodate all court functions, specifically up to 11 total courtrooms, and up to 18 separate chambers, to house US Court of Appeals, US District Court and US Bankruptcy Court judges. The facility will also house the US District Clerk, US Bankruptcy Clerk, the US Probation and Pretrial Services Offices, the US Marshals Service (USMS) and have space for the US Attorney’s Office (USAO) and a Federal Public Defender’s Office. The selected Design-Build Firm will be required to ensure full compliance with the PBS Interim Core Building Standards, U.S. Marshals Service Publication 64, and the U.S. Courts Design Guide.
GSA has completed the site selection phase with the federal government fully acquiring (i.e.owning) the site by first quarter CY 2026. Concurrent with the site selection activities, GSA is also currently refining a Program of Requirements (POR) and expects to issue the Phase One design build solicitation in September 2025.
The project delivery method for the project is Design-Build. The Design-Build contractor will be selected through a procurement method developed in accordance with Federal Acquisition Regulations (FAR) Subpart 36.3–Two-Phase Design-Build Selection Procedures and FAR Part 15.1–Source Selection Processes and Techniques. The Government must ensure that there is adequate capability, experience and competition among the potential pool of responsible contractors. This procurement will be conducted under North American Industry Classification System (NAICS) Code 236220--Commercial and Institutional Building Construction. The Small Business size standard for this code is $45,000,000.
The period of performance for the proposed contract will be approximately forty-eight (48) months for the design and construction phases. The total Estimated Cost of Construction range is between $275,000,000 and $290,000,000 The contract is anticipated to be awarded by September 2026 and Notice To Proceed is anticipated to be issued by December 2026.
If you are an interested design build contractor or a firm who has experience acting in the capacity of a Design-Build contractor, you are invited to submit a response to this notice using the google form below. Additional information may be requested to substantiate responses. The Government will use this information to assess your firm’s capability to perform this project.
Submission Instructions: Please use the following google form to provide feedback : Sources Sought - U.S. Courthouse Hartford, CT or https://docs.google.com/forms/d/e/1FAIpQLSeJzxlt3mHGP7WouevT6F_m9qWpQWYfKa5x16PP4ZZ3TMUShw/viewform?usp=header. Please respond by 4:00 PM (EDT) on Wednesday June 25, 2025. Any questions may be submitted to Douglas Tumbrello, Contracting Officer at douglas.tumbrello@gsa.gov. Telephone inquiries will not be accepted or acknowledged. No feedback or evaluations will be provided to firms regarding submissions. No paper copies will be accepted.
Next Steps: GSA intends to issue a request for Market Feedback in the next two weeks. GSA plans to hold an in person Industry Day in the Hartford, CT area on July 15, 2025. Further details on the event will be posted on SAM.gov in the near future.
For informational purposes: All offerors are required to have an active registration in the System for Award Management (www.sam.gov) at the time of offer submission and award.
Note: All information furnished to the Government in response to this Notice will be used for review and market research purposes only. Responses provided will not exclude interested parties from future related procurement activity. No reimbursement will be made for any costs associated with providing information in response to this Notice. Participation in industry feedback sessions is NOT REQUIRED in order to respond to the solicitation.