Skip to content
General Services Administration

General Contractor Services for enabling work associated with the Annex for the Clemente Ruiz Nazario U.S. Courthouse located in San Juan, Puerto Rico

Solicitation: 47PB5126R0012
Notice ID: 37d5762efb154cf6a6e7b26b8111ea50
TypeSources SoughtNAICS 236220PSCY1AADepartmentGeneral Services AdministrationAgencyPublic Buildings ServiceStatePRPostedFeb 17, 2026, 12:00 AM UTCDueMar 03, 2026, 08:00 PM UTCCloses in 9 days

Sources Sought from PUBLIC BUILDINGS SERVICE • GENERAL SERVICES ADMINISTRATION. Place of performance: PR. Response deadline: Mar 03, 2026. Industry: NAICS 236220 • PSC Y1AA.

Market snapshot

Awarded-market signal for NAICS 236220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$26,069,663,898
Sector total $33,071,130,462 • Share 78.8%
Live
Median
$412,000
P10–P90
$0$99,000,000
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
78.8%
share
Momentum (last 3 vs prior 3 buckets)
+74621%($25,999,978,522)
Deal sizing
$412,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Puerto Rico • 00918 United States
State: PR
Contracting office
Washington, DC • 20405 USA

Point of Contact

Name
Natalia Lugo-Vina Cruz
Email
natalia.lugo-vinacruz@gsa.gov
Phone
Not available

Agency & Office

Department
GENERAL SERVICES ADMINISTRATION
Agency
PUBLIC BUILDINGS SERVICE
Subagency
PBS PROJECT DELIVERY CAPITAL CONSTRUCTION - BRANCH NORTHEAST
Office
Not available
Contracting Office Address
Washington, DC
20405 USA

More in NAICS 236220

Description

THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE (SSN) for General Contractor Services for enabling work associated with the Annex for the Clemente Ruiz Nazario U.S. Courthouse located in San Juan, Puerto Rico (PR) .  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 Hato Rey Federal Campus (Campus), situated at 150 Carlos Chardon Avenue in San Juan, PR. This project intends to relocate the existing  emergency generators and purchase and install an additional emergency generator in another location within the Campus. This project will also install an underground fuel oil tank, relocate the main domestic and fire service lines, and demolish and decommission the existing above ground fuel oil tanks and generator building.

The Campus will remain fully operational throughout the duration of the project. To ensure minimal disruption to Government operations, the work will predominantly be executed after business hours. 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 PBS Interim Buildings Standards, Building Information Modeling (BIM), U.S. Courts Design Guide, and Publication 64

This office anticipates award of a contract for these services in September 2026. Contract duration is estimated to be eighteen (18) months. Estimated magnitude of construction: $20,000,000 TO $25,000,000. 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: 

  1. Name of your company, Unique Entity ID (SAM), address, point of contact with phone number and email address.
  2. Does your company have an active registration at www.sam.gov
  3. 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-Disawww.sba.gov.bled Veteran-Owned Small Business, and/or Women-Owned Small Business.
  4. 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.
  5.  Describe your experience, and the experience of your proposed team, in coordinating and executing significant mechanical and electrical system modifications, specifically including the relocation or replacement of large equipment such as emergency generators, within an occupied, operational, high-security facility like the Campus. Detail how you would mitigate risks associated with noise, vibration, and utility shutdowns to ensure continuous, uninterrupted Court operations.
  6. Provide evidence of your company's bonding capability verifying the ability to bond a single project of a magnitude up to $25,000,000. In addition, provide evidence of your company’s aggregate bonding capacity.
  7. 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.
  8. 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.
  9. Please provide any other information that you feel is pertinent to the requirement.  

RESPONSES TO THIS RFI ARE DUE NO LATER THAN (NLT) MARCH 3, 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: “Hato Rey 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. 

Files

Files size/type shown when available.

No downloadable attachments detected for this notice.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.