Stokes Courthouse Hardening Project
ID: 47PF0025R0015Type: Presolicitation
Overview

Buyer

GENERAL SERVICES ADMINISTRATIONPUBLIC BUILDINGS SERVICEPBS R5 ACQUISITION MANAGEMENT DIVISIONCHICAGO, IL, 60604, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

REPAIR OR ALTERATION OF OFFICE BUILDINGS (Z2AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The General Services Administration (GSA) is seeking proposals for the Stokes Hardening Project, aimed at enhancing security at the Carl B. Stokes U.S. Courthouse in Cleveland, Ohio. The project involves the installation of security glazing on ground-level windows and the replacement of exterior and entry doors to improve protection against unauthorized access. This procurement is particularly significant as it addresses the need for heightened security measures in federal facilities, ensuring the safety of court operations while maintaining functionality during construction. Interested small businesses must submit their proposals by April 23, 2025, and can direct inquiries to Rhonda Booker at rhonda.booker@gsa.gov or by phone at 216-339-9934. The estimated construction cost ranges from $1,000,000 to $2,000,000, with a performance period of 173 calendar days upon receipt of the Notice to Proceed.

    Files
    Title
    Posted
    The document is an amendment to the solicitation for RFP 47PF0025R0015, which pertains to the Stokes Hardening Project. Issued by the General Services Administration in Cleveland, OH, the amendment is effective as of April 3, 2025. Key changes include the incorporation of the SF 24-23a Bid Bond, which must be submitted with the proposal package. All other terms and conditions of the original solicitation remain unchanged. The amendment outlines the importance of acknowledging its receipt to avoid rejection of offers. This document highlights the procedural aspects of government contracting, emphasizing necessary compliance for bidders in federal procurement, particularly related to construction projects. It serves to ensure clarity and adherence to contract requirements while facilitating the bid submission process for contractors.
    The document is an Amendment of Solicitation for the Stokes Hardening Project, issued by the General Services Administration (GSA) with an effective date of April 7, 2025. This amendment specifically extends the deadline for submitting offers from April 8, 2025, to April 18, 2025, to allow bidders additional time to address technical inquiries and prepare competitive pricing. The amendment underscores that all other terms and conditions of the original solicitation remain unchanged, maintaining the contract's integrity. Contractors are required to acknowledge receipt of this amendment to ensure their offers are considered. The document emphasizes the necessity for compliance with the amendment guidelines to avoid rejection of proposals, highlighting the structured yet flexible nature of government procurement processes.
    This document is an amendment to the solicitation RFP 47PF0025R0015 for the Stokes Hardening Project issued by the General Services Administration (GSA). It specifies that the point of contact for this project is Curtis Gilliland from Norshield. The effective date of the amendment is April 17, 2025, and it extends the deadline for proposal submissions from April 18, 2025, to April 23, 2025. All other terms and conditions of the original solicitation remain unchanged. The amendment requires contractors to acknowledge receipt by various means, detailing measures for submission recognition to avoid rejection of offers. The document illustrates standard procedures around amendments and modifications within government contracting frameworks, ensuring that related updates are effectively communicated and adhered to. This amendment reflects the government’s ongoing commitment to clear communication in its procurement process.
    The government-issued document outlines detailed requirements for a construction project involving the build-out of a facility using standard tenant improvement systems. Contractors must survey existing conditions, verify dimensions, and ensure compliance with various building codes, including safety and accessibility standards. Key aspects include the installation of panic bar hardware on doors, reports of discrepancies in design, and adherence to security measures such as forced-entry resistance ratings. Moreover, the construction work must be phased to avoid disruption to ongoing operational activities, with protections in place for historic materials during construction. The project emphasizes coordination with stakeholders like the GSA and local marshals for security considerations. The plan addresses necessary demolition, interior glazing, door installations, and exterior enhancements while maintaining the facility's aesthetic and functional integrity.
    The document outlines the qualifications and financial information required from contractors seeking federal contracts through the General Services Administration (GSA). It includes a comprehensive form that contractors must fill out, detailing their business structure, financial status, ownership information, government-related debts, and banking relationships. Key sections cover organizational details such as type, establishment date, taxpayer ID, and a comprehensive ownership breakdown. Financial statements, including balance sheets and income statements, must be provided to assess their economic health. It also addresses any delinquency on federal debts and prior bankruptcies or liabilities. The document aims to ensure contractors can meet financial and contractual obligations before receiving government awards, thereby maintaining fiscal integrity in public projects. Overall, this form is critical in evaluating contractor reliability and eligibility for government contracts and grants and reinforces the importance of financial transparency and accountability for participants in federal projects.
    The government document outlines a solicitation for a construction project at the Stokes Courthouse in Cleveland, Ohio, focusing on the hardening of the facility. The solicitation number is 47PF0025R0015, and it was issued by the R5 AMD Repair & Alterations Contracting Branch. The contractor is required to commence work within a specified timeframe, providing performance and payment bonds as needed. Offers must be submitted in sealed envelopes, including an offer guarantee and adherence to specified work requirements. The performance period for the project spans from April 28, 2025, to February 27, 2026, with a firm fixed-price contract type. The document emphasizes compliance with government regulations and outlines necessary acknowledgments of amendments to the solicitation. Overall, it serves as a formal invitation for bids to fulfill government needs for construction and repair services while ensuring adherence to guidelines and timelines.
    The government file presents a Bid Bond form, which serves as a guarantee for contractors submitting bids on federal projects. It outlines the responsibilities of the Principal (the contractor) and Surety(ies) (the bond provider), binding them to the United States for a specified penal sum. The bond is valid if the Principal executes required contracts and bonds upon acceptance of the bid; otherwise, it is liable to cover additional costs incurred by the government due to the Principal's failure. The document specifies conditions under which the bond becomes void, emphasizes that Sureties accept liability even with bid acceptance extensions, and mandates specific signatures and seals for validation. The instructions detail the requirements for completing the bond, including the need for corporate sureties to be approved and the use of an Affidavit for individual sureties. It also clarifies the implications for negotiated contracts, distinguishing terms such as "bid" and "bidder" as inclusive of proposals. The form is essential for ensuring financial security and commitment from contractors participating in government solicitations, thereby reinforcing integrity in procurement processes.
    The Stokes Courthouse Hardening Project's Past Performance Questionnaire assesses contractor performance in areas including budget adherence, schedule management, staffing adequacy, and administrative responsiveness. It evaluates whether the contractor completed the project within the original contract budget and schedule, with options for rating performance from excellent to poor. Key points of evaluation include the contractor's management of subcontractors, sensitivity to tenant and client concerns, and overall project outcomes. Additionally, the questionnaire seeks feedback on the qualifications of key personnel and the effectiveness of communication and coordination with stakeholders. Overall, it aims to gather insights into the contractor's reliability and competency for future projects, determining if the contractor would be rehired based on performance. This performance assessment is crucial for ensuring quality and efficiency in government contracting, vital for facilitating decision-making in future RFPs and grant allocations.
    The Stokes Courthouse Hardening project, managed by the GSA, aims to enhance security at the Stokes Federal Building and U.S. Courthouse in Cleveland, OH. A pre-proposal conference on March 11, 2025, will familiarize potential bidders with the project and site. Proposals are due by April 8, 2025, with a strict protocol for submitting questions only to the GSA. The project, funded by the Judiciary RWA in 2022, focuses on limiting unauthorized access and will be conducted overnight to avoid disrupting court operations. Key personnel include the Contracting Officer, who oversees contractual obligations, and the Property Manager, who coordinates site access. Compliance with various construction and safety standards, such as GSA P100, ABA, and OSHA, is mandatory. Following a notice to proceed, completion is required within 173 days, emphasizing the critical nature of maintaining court functionality during construction.
    The GSA Solicitation No. 47PF0025R0015 pertains to the Stokes Hardening Project focused on enhancing security features within a government facility. Key inquiries from contractors clarify work hours, phasing of facility access, and project-specific requirements. Notably, all construction activities must occur during unoccupied hours from 6:00 PM to 6:00 AM, and BIM coordination or COBie requirements are not mandatory. Contractor responsibilities include responding to door specifications that must meet forced entry standards, with specific materials and testing requirements outlined. Additionally, coordination with the existing control systems for lockdown buttons is emphasized. The document clarifies that an official scope of work is provided within the bid documents, negating the necessity for further official outlines. Current design protocols and materials must align with project intentions, such as non-ballistic-rated installations. Overall, the solicitation underscores the importance of compliance with security measures while allowing flexibility in contractor design choices, reflecting a methodical approach to federal procurement in enhancing facility safety.
    The document outlines a Request for Proposal (RFP) from the U.S. General Services Administration (GSA) for a construction contract related to the Carl B. Stokes U.S. Courthouse Hardening Project in Cleveland, Ohio. The RFP, designated as Solicitation No. 47PF0025R0015, aims to promote participation among small businesses. The document specifies critical dates, including an issue date of March 7, 2025, and a closing date for proposals on April 8, 2025. The scope of the solicitation includes required proposal contents and formats, evaluation criteria emphasizing price reasonableness and past performance, and submission instructions. It highlights the necessity for bidders to complete their proposals with accurate certifications and qualifications, including bonding and financial capability. Significant attention is given to compliance with federal provisions, including the Buy American Act, affirmative action employment requirements, and security protocols for managing controlled unclassified information. The document serves as a formal invitation to small business contractors to participate in a federal project that enhances courthouse security while aligning with federal guidelines on construction practices and procurement. Emphasis on compliance and detailed submission requirements underscores the structured approach the government employs in soliciting competitive bids.
    The document outlines the Bid Bond form required when submitting a bid for government contracts, detailing the obligations of the Principal and Surety(ies) to the U.S. Government. It specifies that upon acceptance of the bid, the Principal must execute contractual documents and provide any required bonds within the stipulated timeframe. Failure to do so may result in the Surety paying the Government for any additional costs incurred due to the Principal's failure. Corporate Sureties must be approved by the U.S. Treasury, and bonds can represent a percentage of the bid price with a maximum amount stated. The instructions emphasize the need for proper execution, including seals and identification of all parties involved, ensuring compliance with federal contract regulations. This form serves as a safeguard for the government against the risk of contractor default on bid contracts in both federal and local contexts.
    The Stokes Courthouse Hardening Study Project focuses on enhancing security at the Carl B. Stokes Federal Building and U.S. Courthouse in Cleveland, Ohio. Key components include the installation of security glazing on ground-level windows, as well as replacing exterior and entry doors to strengthen protection against unauthorized access. Managed through a traditional delivery method, the project is designed by AECOM, with a Contracting Officer to be determined. The document outlines coordination requirements for contractors, emphasizing the need for collaboration to prevent disruption of ongoing operations, as the courthouse will remain occupied throughout construction. It specifies policies regarding site logistics, work hour restrictions, contractor responsibilities for ensuring safety, and proper waste management practices. Additionally, procedures for submitting change orders and payment requests are detailed, ensuring compliance with federal regulations throughout project execution. The comprehensive approach aims to balance construction objectives with operational continuity and security improvements, affirming the government’s commitment to safeguarding its facilities.
    The document outlines the wage determination for building construction projects in Cuyahoga County, Ohio, under the Davis-Bacon Act. It specifies the minimum wage rates and fringe benefits for various construction classifications, stating that contracts entered after January 30, 2022, are subject to Executive Order 14026, requiring a minimum wage of $17.75 per hour. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage is set at $13.30 per hour under Executive Order 13658. The file includes detailed prevailing wage rates for specific job classifications, such as Asbestos Workers, Electricians, and Plumbers, along with their corresponding fringe benefits. Compliance information regarding paid sick leave as stated in Executive Order 13706 is also noted, emphasizing the requirement for contractors to provide paid sick leave to employees working under covered contracts. A section on the appeals process is provided, detailing how parties can seek review and reconsideration of wage determination decisions. This document serves to ensure fair wages and labor standards are upheld in federal construction projects, reflecting the government's regulatory framework within RFPs and grants.
    Lifecycle
    Title
    Type
    Presolicitation
    Similar Opportunities
    Wichita U.S. Courthouse North Facade Cleaning and Tuckpointing
    General Services Administration
    The General Services Administration (GSA) is soliciting contractors for the cleaning and tuckpointing of the north facade of the Wichita U.S. Courthouse in Kansas. This opportunity is specifically available to contractors who currently hold a contract with GSA Region 6 under the Small Business Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Task Order Contract for Construction Services in Kansas. The project is crucial for maintaining the structural integrity and aesthetic appearance of the courthouse, which serves as a vital public building. Interested contractors should contact Anthony Dibbern at anthony.dibbern@gsa.gov or (785) 295-2503, or Dane Anderson at dane.anderson@gsa.gov or (785) 217-6059 for further details, as access to solicitation documents is restricted to eligible contract holders.
    9OH2412 Redacted OFOC
    General Services Administration
    The General Services Administration (GSA) is seeking to justify a procurement related to the leasing and rental of office buildings, specifically under the title '9OH2412 Redacted OFOC'. This opportunity is managed by the Public Buildings Service, Office of Leasing, and is focused on securing office space in Cleveland, Ohio, with the aim of fulfilling federal space requirements. The leased space will play a crucial role in supporting government operations and providing necessary facilities for federal employees. Interested parties can reach out to Amanda Kruse at amanda.kruse@gsa.gov or call 773-676-6095 for further details regarding this opportunity.
    General Construction Services - Water Infiltration Remediation project -Phase II- Alexander Hamilton Custom House in New York, NY
    General Services Administration
    The General Services Administration (GSA) is seeking qualified general contractors to provide full construction services for the Water Infiltration Remediation project - Phase II at the Alexander Hamilton U.S. Customs House in New York, NY. This project involves significant historic preservation work, including façade restoration, roof replacement, window replacement, and the conservation of fine arts murals and sculptures, as part of a larger repair and alteration initiative. The anticipated contract, valued between $70 million and $80 million, will be awarded through a best value procurement method, with a projected period of performance of approximately 210 weeks, beginning with a Notice to Proceed expected in February 2027. Interested contractors must submit a Capability Statement by 3:00 PM EST on January 9, 2026, to Lisa Zalar at lisa.zalar@gsa.gov, and must be registered in the System for Award Management (SAM) at the time of submission.
    70Z03026QCLEV0003 - U.S. Coast Guard Station Fairport Roof Repair
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is soliciting bids for a roof repair project at the Coast Guard Station Fairport in Grand River, Ohio. The project entails the removal and replacement of a 9ft x 48ft flat roof section, installation of approximately 20ft of flashing and sealant, and adherence to specific safety and environmental regulations. This procurement is crucial for maintaining the integrity of the facility and ensuring compliance with Coast Guard standards. Interested contractors should note that the estimated contract value is under $25,000, with offers due by 3:00 PM EST on December 17, 2025. For further inquiries, potential bidders can contact George A. Bermeo at 571-610-3240 or via email at GEORGE.A.BERMEO@USCG.MIL.
    47PD5126R0002 - Hruska - USMS Indoor Firing Range Cleaning
    General Services Administration
    The General Services Administration (GSA) is soliciting proposals for the cleaning and maintenance of the Indoor Firing Range at the Roman Hruska US Courthouse in Omaha, Nebraska. The contract requires a qualified contractor to provide all necessary labor, materials, equipment, and supervision for comprehensive cleaning services, including hazardous waste disposal and compliance with environmental regulations. This project is crucial for maintaining a safe and compliant indoor firing range environment, with a performance period set from January 16, 2026, to January 16, 2027. Interested small businesses must submit their proposals by January 9, 2026, at 4:00 PM CST, and can contact Antonio Vargus at antonio.vargus@gsa.gov or (515) 217-2186 for further information.
    Other Than Full & Open Competition 208-212 S State Street Emergency Demolition
    General Services Administration
    The General Services Administration (GSA) is seeking a qualified design-build firm for emergency demolition services at 208-212 South State Street in Chicago, Illinois, due to imminent structural failure posing a threat to public safety. The project involves temporary facade bracing, design services for demolition, and subsequent construction to safely demolish the building and protect adjacent properties in a historic district. The estimated cost for these design-build services is approximately $2,006,884.00, with the urgency of the situation justifying a sole-source procurement under FAR 6.302-2. Interested parties can contact Jennifer Styzek at jennifer.styzek@gsa.gov for further details.
    Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for Construction Manager as Constructor (CMc) services for the construction of a new Land Port of Entry (LPOE) in Coburn Gore, Maine, with an estimated project cost between $125 million and $135 million. The selected contractor will be responsible for providing advisory services during the design phase and acting as the general contractor during construction, ensuring compliance with federal standards and sustainability goals. This project is critical for enhancing operational capabilities and security at the border, accommodating increased traffic between the U.S. and Canada. Interested offerors must submit their proposals by January 28, 2026, and can obtain further details by contacting Molly Lewis at Molly.Lewis@gsa.gov or Michele Valenza at michele.valenza@gsa.gov.
    RMO22923 - RAY Cold weather event
    General Services Administration
    The General Services Administration (GSA) is seeking to procure urgent repair services for the Robert A. Young Federal Building in St. Louis, MO, following extensive damage from a severe cold weather event. The procurement, valued at approximately $1,800,000, is justified under FAR 6.302-2 due to "Unusual and Compelling Urgency," necessitating immediate action to address critical repairs, including fire sprinkler piping and removal of damaged finishes. Hof Construction Inc., already on-site and familiar with the building's systems, has been selected for this sole-source contract, with plans for future market research to address any non-emergency requirements related to the disaster aftermath. Interested parties can contact Erica Hoffman at erica.hoffman@gsa.gov or April Whitehead at April.Whitehead@gsa.gov for further information.
    JOTFOC for the Midland USCH Elevator Upgrade Project
    General Services Administration
    The General Services Administration (GSA) is seeking contractors for the Midland USCH Elevator Upgrade Project, which involves the repair or alteration of office buildings. This opportunity is being issued as a Justification for Other Than Full and Open Competition, indicating that the procurement may not be open to all potential bidders due to specific circumstances outlined in the attached justification document. The project is critical for maintaining the functionality and safety of the elevator systems within the Midland facility, ensuring compliance with operational standards. Interested parties can reach out to Temica Stewart at temica.stewart@gsa.gov or by phone at 817-201-7945 for further details regarding the procurement process.
    North Calais IA Land Point of Entry Roof Replacement
    General Services Administration
    The General Services Administration (GSA) is seeking qualified contractors for a roof replacement project at the Calais IA Land Port of Entry (LPOE) in Calais, Maine, following severe wind damage to the existing TPO roof. The project entails the complete removal of the damaged roofing materials, including parapet wall components, TPO membrane, Dens Deck, and insulation panels, while ensuring the building remains operational during the process. This procurement is crucial for maintaining the integrity and functionality of the commercial building, with an emphasis on improving drainage and preventing water ponding through the installation of new insulation and roofing materials. Interested firms must be registered in SAM.gov and are encouraged to contact Joseph Spado III at joseph.spado@gsa.gov or 347-225-1193 for further details, as the project is set aside for small businesses and is expected to commence with a site walk once the solicitation is open.