Opportunity
SAM #MilwUSCHHardening
Construction Services Sought for Security Hardening at Milwaukee U.S. Courthouse and Federal Building
Buyer
GSA PBS R2 Capital Construction Branch
Posted
April 15, 2026
Respond By
April 22, 2026
Identifier
MilwUSCHHardening
NAICS
238190, 238290, 236220
This opportunity seeks qualified contractors for a security hardening project at the United States Courthouse and Federal Building in Milwaukee, WI. - Government Buyer: - U.S. General Services Administration (GSA), Public Buildings Service (PBS), Project Delivery Capital Construction - Branch East - Scope of Work: - Reconstruction and installation of forced entry resistant doors, frames, door hardware, and louvers in historically significant areas - Installation of compression framing window systems with enhanced security features - All work must preserve the building's historic fabric, as it is a Milwaukee City Landmark and listed in the National Register of Historic Places - Standards and Compliance: - Adherence to GSA PBS Core Buildings Standards and U.S. Courthouse - Milwaukee Building Design Standards - Project Details: - Estimated construction value: $5,000,000 to $15,000,000 - Contract duration: approximately 18 months - NAICS code: 236220 (Commercial and Institutional Building Construction) - OEMs and Vendors: - No specific OEMs or vendors are named in the notice - Unique Requirements: - All construction must maintain and protect the historic character of the courthouse - Security features are a primary focus, including forced entry resistance and secure window systems
Description
THIS IS A REQUEST FOR INFORMATION (RFI) AND SOURCES SOUGHT NOTICE (SSN) for Construction Services for the Hardening Project at the United States Courthouse and Federal Building in Milwaukee, WI. 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: (1) 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/SSN.
This will be a design-bid-build project for construction services for the Hardening Project at the U.S. Courthouse and Federal Building, located at 517 East Wisconsin Ave, Milwaukee, WI. 53202. The building was constructed in 1899 and is a Milwaukee City Landmark and listed in the National Register of Historic Places. The project scope includes reconstruction of replacement doors and louvers, the installation of forced entry resistant doors, frames, door hardware, and louvers in historically significant areas with new units consistent with the remaining historic fabric. It also includes alteration zones involving the installation of compression framing window systems with forced entry resistant security features, leaving original fabric untouched where possible. These measures are designed to enhance security against forced entry and are integral to the Courthouse Hardening Program, which aims to restrict unauthorized access by individuals and groups seeking to disrupt the judicial process. Offerors will be evaluated, among other factors, on demonstrated experience with projects of similar scope and complexity involving nationally designated historic structures.
Any resultant contract shall adhere to the GSA PBS Core Buildings Standards, the U.S. Courthouse - Milwaukee Building Design Standards, and all applicable codes identified in the design documents.
This office anticipates award of a contract for these services in the Fall of 2026. Contract duration is estimated to be 18 months with an estimated magnitude of construction between $5,000,000 and $15,000,000. The applicable NAICS code for this requirement is 236220, Commercial and Institutional Building Construction. The Small Business Size Standard is $45M.
All interested parties may submit to the Contracting Officer a written Letter of Interest including a Capability Statement addressing the following questions (five 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? Company 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. 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, complexity, and duration over $5,000,000 completed within the past seven (7) years. Include project scope, location, date of completion, 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. Provide evidence of your company's bonding capability verifying the ability to bond a single project of a magnitude up to $15,000,000. 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 April 22, 2026, AT 5:00 PM Central Time. Electronic submission (no more than 25MB) of the statement of capabilities package must be submitted to: Neal Deodhar (Contracting Officer) at neal.deodhar@gsa.gov. Please include the subject line: “Milwaukee Hardening RFI Response”. Questions or comments regarding this notice may be submitted by email. No phone calls please.
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.