Description
THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE (SSN) for General Contractor Services for enabling work associated with the Elevator Modernization for the Thurgood Marshall U.S. Courthouse located in New York, NY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). The U.S. General Services Administration (GSA), Public Buildings Service (PBS), Acquisition Project Delivery – Capital Construction Division (PQA), is conducting market research to determine if there are adequate Small Business, HUBZone small business, Women-Owned small business, or Service-Disabled Veteran-Owned small business contractors capable of performing the construction services for the requirement described herein. If it is determined that adequate competition exists, the GSA may set the requirement aside for competition among the selected group. GSA PBS PQA is seeking all qualified, interested sources (both Large and Small Businesses) to respond to this RFI to provide construction services for a project at the Thurgood Marshall U.S. Courthouse, situated at 40 Foley Square, New York, NY. This project intends to modernize all seventeen (17) elevators located at the Courthouse. This project will also include scope to upgrade mechanical, electrical, fire protection equipment within the elevator machine rooms. The Courthouse will remain fully operational throughout the duration of the project. To ensure minimal disruption to Government operations, the work must be phased to limit interruptions to operations and any disruptive work must be executed after business hours, predominately work taking place within the elevator shaftways. The selected General Contractor (GC) will be required to ensure full compliance with the Government’s requirements for access and security. Additionally, the GC will be required to complete this project in accordance with the construction drawings and specifications that will be issued for this project. Any resultant contract shall adhere to the GSA Public Buildings Services Core Standards, Building Information Modeling (BIM), U.S. Courts Design Guide, and Publication 64. This office anticipates award of a contract for these services in November 2026. Contract duration is estimated to be forty eight (48) months. Estimated magnitude of construction: $25,000,000 TO $35,000,000. The applicable North American Industry Classification System (NAICS) Code is 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. All interested parties may submit to the Contracting Officer 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: Name of your company, Unique Entity ID (SAM), address, point of contact with phone number and email address. Does your company have an active registration at www.sam.gov? Business size for the assigned NAICS code, which can be located at the U.S. Small Business Administration website: https://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. Company's capability to perform a contract of this magnitude and complexity working as GC by including a brief description of three (3) projects of similar scope, size, complexity, and duration over $10,000,000 completed within the past seven (7) years, customer names and phone numbers, timeliness of performance, and dollar values of the projects. Work performed as a subcontractor is not considered as evidence of capability to succeed as a prime contractor. Describe your experience, and the experience of your proposed team, in coordinating and executing significant elevator modernization work, specifically including the logistics, rigging, and replacement of large equipment such as elevator machines, within an occupied, operational, high-security facility like the Courthouse. Detail how you would mitigate risks associated with noise, vibration, and utility shutdowns to ensure continuous, uninterrupted Court operations. Provide evidence of your company's bonding capability verifying the ability to bond a single project of a magnitude up to $35,000,000. In addition, provide evidence of your company’s aggregate bonding capacity. 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. If you are responding to this Notice from outside the geographic location of the work, please provide a narrative detailing how you would perform the work at a fair and reasonable price to the Government. Please provide any other information that you feel is pertinent to the requirement. RESPONSES TO THIS RFI ARE DUE NO LATER THAN (NLT) MARCH 16, 2026, AT 4:00 PM ATLANTIC STANDARD TIME (AST). Electronic submission (no more than 25MB) of the statement of capabilities package may be submitted to: Natalia Lugo-Vina (Contracting Officer) at Natalia.Lugo-VinaCruz@gsa.gov. Please include the subject line: “TMCH Elevator Modernization RFI Response”. Questions or comments regarding this notice may be addressed to Ms. Natalia Lugo-Vina by email or by phone at (347) 331-6783. In addition to the above, should any interested party like to meet with GSA to discuss this RFI, please contact Ms. Lugo-Vina to schedule. Responses to this RFI shall be used for planning purposes only and shall not commit GSA to issue a solicitation(s) for this requirement. The Government is not obligated to and will not pay for any information received from the respondents as a result of this market research. It is, however, anticipated that a solicitation or solicitations based on the outcome of this market survey will be published and that a subsequent contract or contracts from the solicitation(s) will be awarded.