Remediation of Power Plant at U.S. Embassy Baghdad, Iraq
ID: 19AQMM24R0251Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
    Description

    The U.S. Department of State is issuing a pre-solicitation notice for a Design-Build Construction Contract focused on the remediation of the central power plant at the U.S. Embassy in Baghdad, Iraq. This project aims to address ongoing operational and performance issues that have affected the power plant since 2018, with an estimated contract value between $68 million and $83 million, ensuring continuous operation during the construction phase. Contractors must possess U.S. engineering and architectural licensure, experience with prime power plants, and familiarity with Caterpillar generator operations, with the anticipated release date for Phase I of the selection process set for October 10, 2024. Interested parties can reach out to primary contact Chrissie Fields at FieldsSc@state.gov or secondary contact Keith Aiken at AikenK@state.gov for further information.

    Point(s) of Contact
    Chrissie Fields
    FieldsSc@state.gov
    Keith Aiken
    AikenK@state.gov
    Files
    Title
    Posted
    The U.S. Department of State is issuing a pre-solicitation notice for a Design-Build Construction Contract aimed at the remediation of the central power plant at the U.S. Embassy in Baghdad, Iraq. This project, with an estimated cost between $68 million and $83 million, will require contractors to tackle operational and performance issues with the power plant that have persisted since 2018, ensuring continuous operation during construction. The selection process consists of two phases: Phase I involves pre-qualification of contractors based on outlined criteria, while Phase II will include a formal Request for Proposal (RFP) for pre-qualified entities. Contractors must meet specific qualifications, including U.S. engineering and architectural licensure, experience with prime power plants, and knowledge of Caterpillar generator operations. Notably, the contractor will be responsible for all design aspects, adhering to U.S. Embassy and Bureau of Overseas Buildings Operations standards. Credentials such as SAM registration will be necessary for proposal submission in Phase II, but not for pre-qualification. The anticipated release date for Phase I is October 10, 2024. This project reflects the government's commitment to high-quality and resilient infrastructure development abroad while ensuring safety and security throughout the construction process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    ARCENT Readiness Training Center Microgrid Project - Camp Buehring, Kuwait
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the construction of a microgrid project at Camp Buehring, Kuwait, aimed at enhancing energy resilience for the ARCENT Readiness Training Center. The project involves the installation of a 700 kW solar photovoltaic system and a 1.5 MW/1.5 MWh battery energy storage system, with an estimated construction cost ranging from $10 million to $25 million. This initiative is crucial for improving power reliability and sustainability in military operations, reflecting the government's commitment to modernizing energy infrastructure in overseas facilities. Interested contractors must submit their proposals electronically by October 4, 2024, and can direct inquiries to Jessica Stone at jessica.m.stone@usace.army.mil or by phone at 502-315-6137.
    Design-Build Almaty, Kazakhstan New Consulate Compound (NCC) Sources Sought -Market Research
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified businesses to participate in a Sources Sought notice for the design and construction of a New Consulate Compound (NCC) in Almaty, Kazakhstan. This project involves relocating the consulate to a 17.4-acre site and includes the construction of an office building, service access control facilities, and various support structures, with an anticipated cost ranging from $320 to $400 million. The government aims to identify capable firms, particularly small and disadvantaged enterprises, that can meet the requirements under NAICS code 236220 and possess a Secret Facility Clearance. Interested parties must submit their capability statements by October 7, 2024, to the designated contacts, Lori Botkin and Chrissie Fields, at the Department of State.
    INL Colombia Construction IDIQ
    Active
    State, Department Of
    The U.S. Department of State is seeking qualified contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract for projects in Colombia, with a total potential value of up to $50 million. The contract encompasses the construction of various administrative and lodging facilities, emphasizing firm fixed pricing, compliance with environmental and labor standards, and a robust quality management framework. This opportunity is crucial for enhancing operational infrastructure abroad, ensuring high standards of construction management. Interested bidders must submit their proposals by November 22, 2024, and can direct inquiries to Scott M. David at ScottDM@state.gov or Joonpil Hwang at hwangj2@state.gov.
    RBPF Police Training College Renovation
    Active
    State, Department Of
    The U.S. Department of State is soliciting proposals for the renovation of the Royal Bahamas Police Force Police Training College located in Nassau, The Bahamas. The project aims to modernize and upgrade four buildings totaling 19,872 square feet, focusing on critical improvements such as roofing, kitchen facilities, electrical systems, and HVAC upgrades, while ensuring compliance with local building codes and safety standards. This initiative is part of the U.S. government's commitment to enhancing law enforcement training capabilities in the Bahamas, reflecting a broader effort to support public safety through improved infrastructure. Interested contractors must submit their proposals by October 25, 2024, and can direct inquiries to Scott M. David at ScottDM@state.gov or Joonpil Hwang at hwangj2@state.gov.
    Preventative Maintenance Services for Building Automation System
    Active
    State, Department Of
    The U.S. Embassy in Freetown, Sierra Leone, is seeking proposals for preventative maintenance services for its Building Automation System (BAS). The contractor will be responsible for both scheduled and unscheduled maintenance work on U.S. government-owned and long-term leased properties, requiring qualified technicians with a minimum of three years of relevant experience. This contract is crucial for ensuring the efficient and safe operation of critical infrastructure at the embassy, adhering to regulatory and safety standards. Interested offerors must submit their proposals by October 25, 2024, at 5 PM Sierra Leone time, and are encouraged to contact Willie A. Tucker at tuckerwa@state.gov or Tity Manasaray at karimu-mansarayt@state.gov for further details regarding the solicitation process.
    Wolf Creek GSU Replacement
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the replacement and installation of Generator Step-Up (GSU) transformers at the Wolf Creek Power Plant in Jamestown, Kentucky. The procurement involves a firm-fixed-price hybrid supply-construction contract for the design, manufacture, and delivery of three high-capacity power transformers, along with associated installation services, with an estimated contract value between $25 million and $100 million. This project is critical for enhancing the power distribution capabilities of the facility, ensuring reliable energy supply and operational efficiency. Interested contractors must submit their proposals electronically by December 4, 2024, and are encouraged to register for a mandatory site visit on October 9, 2024, to familiarize themselves with the project requirements. For further inquiries, contact Alison Abernathy at alison.t.abernathy@usace.army.mil or Dellaria Martin at dellaria.l.martin@usace.army.mil.
    Indefinite Delivery Indefinite Quantity (IDIQ) Design Build and Design Bid Build Multiple Award Task Order Contract (MATOC) to support construction requirements for the Energy Resilience and Conservation Investment Program (ERCIP) Nationwide.
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) to support the Energy Resilience and Conservation Investment Program (ERCIP) nationwide. This procurement aims to award a total of twelve contracts for design-build and design-bid-build construction services, focusing on mechanical, electrical, and civil work, including infrastructure and water conservation projects within the contiguous United States and Puerto Rico. The contract has a maximum capacity of $2 billion over a ten-year period, with a proposal submission deadline set for October 7, 2024, at 2:00 PM EDT. Interested vendors are encouraged to register for a virtual preproposal conference scheduled for September 12, 2024, and should direct inquiries to Blake Gevedon at william.b.gevedon@usace.army.mil.
    Construction of P992 Fleet Maintenance Facility (FMF) & Tactical Operations Center (TOC), Isa Air Base, Bahrain
    Active
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is seeking qualified contractors for the construction of the Fleet Maintenance Facility (FMF) and Tactical Operations Center (TOC) at Shaikh Isa Air Base in Bahrain. This project involves the construction of a two-story steel-frame FMF and a single-story TOC, which will support the maintenance and operational needs of P-8A aircraft, including various infrastructure and security enhancements. The estimated construction cost ranges from $10 million to $25 million, with a projected period of performance of 599 calendar days from the Notice to Proceed. Interested firms must possess a Facility Clearance Level (FCL) of SECRET or higher and submit their qualifications, including a signed Non-Disclosure Agreement, to the designated contacts by May 13, 2022.
    Chief Joseph Dam Emergency Generator
    Active
    Dept Of Defense
    The U.S. Army Corps of Engineers, under the Department of Defense, is soliciting proposals for the procurement of a Standby Emergency Diesel Generator to be delivered to Chief Joseph Dam in Bridgeport, Washington. The generator must be fully enclosed for sound and weather protection, equipped with an integral fuel tank base, integrated load bank, and mounted on a step deck trailer, while also complying with Tier 2, Tier 3, or Tier 4 EPA emission standards. This procurement is critical for maintaining operational readiness and ensuring compliance with environmental regulations. Interested contractors must submit their quotes by October 7, 2024, at 10:00 AM Pacific Time, and should contact McKenna Rain at mckenna.t.rain@usace.army.mil or Robert L. Gonzalez at robert.l.gonzalez@usace.army.mil for further information.
    Z--TRD GSU Transformer Replacements
    Active
    Interior, Department Of The
    The U.S. Department of the Interior, through the Bureau of Reclamation, is soliciting bids for the replacement of Generator Step-Up (GSU) transformers at three power plants as part of the Trinity River Division in California's Central Valley Project. The project involves the supply, installation, and commissioning of nine transformers, along with associated components such as surge arresters and bus systems, while ensuring compliance with safety and environmental regulations, including asbestos abatement. This initiative is crucial for modernizing the electrical infrastructure to maintain efficient power generation and minimize service disruptions during the replacement process. The estimated contract value ranges from $35 million to $50 million, with proposals due by November 1, 2024. Interested contractors can contact Matthew Thomas at mthomas@usbr.gov or call 916-978-5117 for further information.