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, Northeast and Caribbean Region is seeking a highly qualified Design-Build Firm to provide comprehensive design and construction services for a non-structural seismic mitigation project at the Clemente Ruiz Nazario U.S. Courthouse, situated at 150 Carlos Chardon Avenue in San Juan, Puerto Rico.
This project involves the removal of existing non-structural concrete masonry unit (CMU) walls and their replacement with new cold form metal stud walls. The Nazario U.S. Courthouse consists of a main level and basement which total approximately 100,000 gross square feet. The facility was constructed in 1974. This project aims to completely replace the CMU walls with new metal stud walls meeting current seismic criteria including acoustic separation between rooms. Additionally, the metal studs used must comply with GSA Inflation Reduction Act low-embodied carbon Steel Requirements.
The Nazario U.S. Courthouse will remain fully operational throughout the duration of the project. To ensure minimal disruption to Court operations, the work will be executed in phases, with the majority of activities scheduled to occur after business hours. The selected Design-Build Firm will be required to ensure full compliance with the PBS Interim Core Building Standards, Inflation Reduction Act requirements, and the U.S. Courts Design Guide.
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) 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 is an average annual sales and receipts for the past three (3) years that are equal to or less than $45,000,000.
The period of performance for the proposed contract will be approximately eight (8) months for the design phase and approximately thirty-six (36) months for the construction phase. The total Estimated Cost of Construction range is between $20,000,000 and $40,000,000. The contract is anticipated to be awarded by September 2025 and Notice To Proceed is anticipated to be issued by December 2025.
If you are an interested general contractor or a firm who has experience acting in the capacity of a Design-Build contractor, you are invited to submit a written Letter of Interest including a Capability Statement addressing the following information (five (5) single-sided page limit in Portable Document Format). Additional pages will not be considered. All information submitted is subject to verification. Additional information may be requested to substantiate responses. The Government will use this information to assess your firm’s capability to perform this project.
QUESTIONS:
(1) Name of your company, Unique Entity ID (SAM), address, point of contact with phone number and email address.
(2) Business size for the assigned NAICS code, which can be located at the U.S. Small Business Administration website: www.sba.gov. In addition to the size of business, indicate any other socioeconomic designations such as 8(a), Small Disadvantaged Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and/or Women-Owned Small Business.
(3) Company's capability to perform a contract of this magnitude and complexity by including a brief description of three (3) projects of similar scope, size and complexity completed within the past seven (7) years, customer names and phone numbers, timeliness of performance, and dollar values of the projects. Include at least two (2) projects with a construction cost greater than $10,000,000 and one (1) project that was Design-Build with a cost greater than $10,000,000. Work performed as a subcontractor is not considered as evidence of capability to succeed as a prime contractor.
(4) Statement as to whether your team has the ability to provide environmental product declaration (EPD) that meets the Inflation Reduction Act guidelines for low-embodied carbon steel cold form metal stud specifications to be used in this project.
(5) Provide evidence of your company's bonding capability verifying the ability to bond a single project of the magnitude up to $40,000,000.
(6) If your company is/will be part of a joint venture, state the name(s) of the joint venture members and the business size(s) of each.
(7) If you are responding to this Notice from outside the geographic location of the work (i.e. the island of Puerto Rico), please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government.
Submission Instructions: Please submit your company’s Capability Statement by 4:00 PM (EDT) on Thursday, May 29, 2025 to Natalia Lugo-Vina, Contracting Officer at natalia.lugo-vinacruz@gsa.gov. All responses must be submitted via email. 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.
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.
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.