SOLICITATION NOTICE
Y -- Non-Structural Seismic Modifications, Design-Build at the Clemente Ruiz Nazario U.S. Courthouse, Hato Rey, Puerto Rico
- Notice Date
- 6/12/2025 10:19:31 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- PBS R2 CAPITAL CONSTRUCTION BRANCH NEW YORK NY 10007 USA
- ZIP Code
- 10007
- Solicitation Number
- 47PC0325R0010
- Archive Date
- 07/10/2025
- Point of Contact
- Natalia Lugo-Vina
- E-Mail Address
-
natalia.lugo-vinacruz@gsa.gov
(natalia.lugo-vinacruz@gsa.gov)
- Description
- THIS IS A SYNOPSIS/PRE-SOLICITATION 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. The U.S. General Services Administration (GSA), Public Buildings Service, Northeast and Caribbean Region intends to solicit for a highly qualified Contractor who can provide Design and Construction Services to perform Non-structural Seismic Modifications at the Clemente Ruiz Nazario U.S. Courthouse (Nazario Courthouse) located at 150 Carlos Chardon Avenue in San Juan, Puerto Rico. GSA intends to design and construct new Inflation Reduction Act compliant cold form metal stud walls where existing non-structural concrete masonry unit walls currently exist. The planned project delivery method is Design-Build (DB). The project will be multi-phased and allow the Nazario Courthouse to remain operational throughout the construction. The Nazario Courthouse, located on the Hato Rey Campus in San Juan, Puerto Rico, is approximately 100,000 gross square feet and houses the U.S. District Court for the District of Puerto Rico and offices of the U.S. Department of Justice. The Campus, the largest GSA facility in the Caribbean, also includes the Degetau Federal Building, a childcare center, a parking structure, and the Justice Department-Federal Bureau of Investigation San Juan Field Office; all of which will remain operational during construction. The selected DB Firm will be required to ensure full compliance with the Public Buildings Service Interim Core Building Standards, Inflation Reduction Act Requirements, and the U.S. Courts Design Guide. Contract Type: The contract type for this procurement will be Firm-Fixed price. The line item schedule will include a lump sum item for the Base. There are no option line items for this procurement. Price: The total magnitude of this project at award is between $20,000,000 and $40,000,000. Selection and Schedule: The Contractor will be selected through a procurement method developed in accordance with Federal Acquisition Regulations (FAR) Part 15.1�Source Selection Processes and Techniques and FAR 36.2, Special Aspects of Contracting for Construction. The period of performance for the proposed contract will be for approximately forty-six (46) months upon issuance of notice to proceed. NAICS: 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. Solicitation Information: GSA anticipates issuing the Solicitation on or about July 1, 2025, with receipt of proposals at a minimum of thirty (30) calendar days later. All information, amendments and questions concerning this solicitation will be electronically posted to the Government-wide Point of Entry at www.SAM.gov. No telephone requests will be accepted and no paper copies will be mailed to prospective offerors. A bid guarantee (bid bond) will be required at twenty (20) percent of the bid price or $3 million, whichever is less, at the time of proposal submission. Upon contract award, both the Performance and Payment bonds will be required at 100% of the total contract value. Any firms unable to meet the bond requirements will be ineligible for a contract award. 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 shall continue to be registered until time of award, during performance and through final payment of the contract. In addition, in order for contractors to have access to Federal space, the contractor will be required to adhere to the Homeland Security Presidential Directive 12 (HSPD-12), Directive Clearance Process, in accordance with FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (JAN 2011) as well as other security clearances that may be required.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d7c6f2b3513f445d9dc670fb6d6fdfb3/view)
- Place of Performance
- Address: PR 00918, USA
- Zip Code: 00918
- Country: USA
- Zip Code: 00918
- Record
- SN07475623-F 20250614/250612230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |