U.S. Embassy Pretoria A&E Roof Design Services 249 Carina & 325 Aries
ID: PR15128711Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY PRETORIAWASHINGTON, DC, 20520, USA

NAICS

Architectural, Engineering, and Related Services (5413)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: FAMILY HOUSING FACILITIES (C1FA)
Timeline
    Description

    The U.S. Department of State, through the U.S. Embassy in Pretoria, is seeking qualified architectural and engineering firms to provide design services for roof replacements at two residential properties, 249 Carina and 325 Aries, located in Waterkloof Ridge, Pretoria, South Africa. The selected contractor will be responsible for investigating the existing roof conditions, particularly addressing structural issues at 249 Carina, and developing comprehensive contract documentation in accordance with U.S. codes and standards. This project is critical for maintaining the safety and integrity of embassy facilities, ensuring compliance with relevant regulations while facilitating effective project management. Interested firms must confirm attendance for a mandatory site visit on February 11, 2025, and submit their proposals by February 14, 2025, to the designated email address. For further inquiries, contact Johann Baasden at baasdenjw@state.gov or Jenny Kriek at kriekjx@state.gov.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the clauses for purchase orders and blanket purchase agreements awarded by overseas contracting activities, focusing on compliance with various Federal Acquisition Regulation (FAR) clauses. It includes detailed provisions related to commercial items, cybersecurity supply chain risk management, and the responsibilities of contractors in relation to the government. Key points involve the incorporation of clauses by reference, reporting requirements for nonconforming items, and affirmative procurement measures. Additional clauses address prohibitions against contracting for certain telecommunications services and equipment, along with specifications regarding the use of covered telecommunications equipment. The document mandates the contractor's adherence to legal and regulatory requirements, including cybersecurity measures and contractor code of business ethics, ensuring compliance and safeguarding government operations. This comprehensive overview serves as a guideline to streamline acquisitions, emphasizing the importance of security, compliance, and ethical business practices within government contracts.
    The document outlines compliance requirements for contractors submitting proposals to the U.S. Government, specifically concerning adherence to the National Defense Authorization Act (NDAA). Contractors must certify they do not provide "covered telecommunications equipment or services," which includes technology from certain foreign entities known for security risks, such as Huawei and ZTE. Key provisions include the contractor's obligation to sign a certification of compliance, prohibiting procurement or renewal of contracts involving covered telecommunications that could compromise national security. If a contractor does engage with such equipment or services, they must disclose detailed information regarding the supplier and the specific equipment used. The document emphasizes the importance of checking the System for Award Management (SAM) for excluded entities, providing a framework to ensure that government procurement processes are safeguarded against potential threats from foreign telecommunications technologies. This requirement reflects a strategic approach towards national security in government contracting.
    The document outlines a Statement of Work (SOW) for architectural and engineering (A&E) design services for roof replacements at two residences, 249 Carina and 325 Aires, located at the U.S. Embassy in Pretoria, South Africa. The project aims to investigate existing roof conditions, particularly structural issues at 249 Carina, and develop contract documentation for replacements. Contractors are responsible for creating detailed drawings, specifications, and cost estimates in accordance with recommended U.S. codes and standards. The SOW specifies a thorough quality control process, requiring contractors to submit various documentation at 60%, 90%, and 100% completion stages. It also highlights the importance of using long-lasting materials and ensuring compatibility with existing structures. The timeline for performance spans 197 days, with specific phases for site surveys, design documentation, and government reviews. Overall, this SOW emphasizes comprehensive planning and execution to maintain embassy facilities, ensuring safety and compliance with relevant regulations while facilitating effective project management through well-documented deliverables.
    The document outlines the registration process on SAM.gov for foreign contractors seeking federal contracts or grants, emphasizing the requirement for a Unique Entity ID (UEI) before contracts exceeding $30,000 can be awarded. It details three main steps: preparing documentation for entity validation, obtaining an NCAGE code, and registering on SAM.gov. Key information includes the importance of consistent and accurate data matching between validation documents and the NCAGE and SAM systems, as well as specific requirements for contact and financial details. Additionally, it informs about potential issues that can arise during validation and provides troubleshooting guidance. The document is structured with clear headings and step-by-step instructions, alongside FAQs that address common concerns. Overall, it serves as a comprehensive guide for foreign entities navigating the complexities of federal procurement processes, ensuring regulatory compliance and eligibility for funding opportunities.
    Lifecycle
    Similar Opportunities
    Expression of Interest – Borehole Installation - PR15108801
    Buyer not available
    The U.S. Department of State is seeking qualified firms to submit expressions of interest for a borehole installation project at the U.S. Embassy in Pretoria, South Africa. The primary objective is to design, install, and commission a sustainable borehole water system capable of supplying a minimum of 120,000 liters of water per month, primarily for irrigation of the embassy's landscaped areas. This initiative is part of a broader sustainability effort aimed at enhancing water security and reducing reliance on municipal supplies. Interested companies must attend a compulsory site meeting on February 12, 2025, and submit their company profile along with copies of attendees' IDs to the designated email addresses. Further details, including the final Scope of Work and tender submission deadlines, will be provided after the site meeting. For inquiries, contact Monica Nagley at nagleym@state.gov or Jenny Kriek at kriekjx@state.gov.
    Expression of Interest – Complete Electrical Re-wiring - Orion Heights 1-4 - PR15137693
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Pretoria, is seeking qualified contractors to undertake the complete electrical rewiring of four residential units located at 152 Orion Heights, Waterkloof Ridge, Pretoria. The scope of work includes the installation of distribution boards, dedicated circuits, security lights, and various socket outlets, with a strong emphasis on compliance with local code standards and U.S. safety protocols. This project is critical for maintaining the safety and efficiency of U.S. Government properties abroad, ensuring that all electrical systems meet rigorous operational standards. Interested contractors must attend a compulsory site meeting on March 3, 2025, and are required to submit their company profile and intent to participate via email to the designated contacts. For further details, contractors should refer to the attached documents, including compliance requirements under the National Defense Authorization Act (NDAA) and Federal Acquisition Regulation (FAR) clauses.
    Paramaribo Embassy - Paramaribo, Suriname Marine Security Guard Residence and Staff Housing
    Buyer not available
    The U.S. Department of State's Bureau of Overseas Buildings Operations is seeking qualified architect-engineer firms to provide building inspection, design review, and construction monitoring services for nine housing projects in Paramaribo, Suriname. The projects include the renovation of seven existing houses and a former hotel, as well as the construction of one new handicapped-accessible house, necessitating expertise in local building codes and standards. This procurement is crucial for ensuring quality oversight and compliance with U.S. and local regulations in government housing projects abroad. Interested firms must submit their letters of interest and statements of qualifications by February 19, 2025, to Taylor Hadfield at hadfieldtj@state.gov, and must be registered in the System for Award Management (SAM) database prior to submission.
    Residential Compound Roof Replacement in Nairobi, Kenya
    Buyer not available
    The Department of State is seeking qualified contractors for the replacement of roofs on 22 type “A” townhomes at the U.S. Embassy in Nairobi, Kenya. This project, scheduled for the fourth quarter of Fiscal Year 2025, requires complete construction services, management, and coordination to meet project specifications within the designated timeline. The estimated project cost ranges from $1,000,000 to $5,000,000, and interested companies must express their interest via email to Sarah Pfannkuche by February 17, 2025, while also demonstrating authorization to operate in Kenya and providing proof of Irrevocable Letters of Credit amounting to 40% of the contract value. A pre-proposal conference and site visit will be organized, with further details provided in the solicitation package.
    Worldwide Envelope, Roofing, and Waterproofing A&E IDIQ
    Buyer not available
    The Department of State is seeking qualified architect-engineering firms for the Worldwide Envelope, Roofing, and Waterproofing Architect and Engineering (A&E) services under a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure. The selected contractors will provide design, engineering, and consultation services for various U.S. Consulates and Embassies globally, ensuring compliance with government standards and requirements. This initiative is particularly significant as it addresses the critical need for maintaining and enhancing the infrastructure of U.S. diplomatic facilities worldwide. Interested small businesses are encouraged to reach out to Ryan C. Edwards at Edwardsrc@state.gov for further information, noting that the award amount and number of contracts are yet to be determined, with no current deadline for proposal submissions.
    The Solicitation for Janitorial Services for the U.S. Consulate General Cape Town
    Buyer not available
    The U.S. Department of State is soliciting proposals for janitorial services at the U.S. Consulate General in Cape Town, South Africa. The selected contractor will be responsible for comprehensive cleaning services across various areas, including offices, restrooms, and public spaces, with an initial contract period of 12 months and four optional one-year renewals. This procurement is significant as it aims to maintain high cleanliness standards in alignment with U.S. government protocols while promoting opportunities for women-owned small businesses. Interested contractors must submit their electronic quotations by March 31, 2025, following a pre-quotation conference on March 11, 2025, and ensure compliance with all specified requirements, including registration in the System for Award Management (SAM).
    Removal and Replacement of MRSS Roof at SF compound
    Buyer not available
    The Department of State, through the US Embassy in Manila, is seeking contractors for the removal and replacement of the MRSS roof at the SF compound in the Philippines. This project involves significant construction work categorized under the NAICS code 236210, focusing on industrial building construction and the repair or alteration of warehouse buildings. The procurement is critical for maintaining the structural integrity and functionality of the facility, ensuring it meets operational standards. Interested contractors should note that the submission deadline has been extended to February 7, 2025, at 4 PM Manila time, and can direct inquiries to primary contact Shadrack L. Scheirman or secondary contact Randy D. Dayrit via the provided email addresses or phone numbers.
    Provision of Water Damage Repair Services for Embassy, Windhoek
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide water damage repair services for the U.S. Embassy in Windhoek, Namibia. The procurement involves a comprehensive scope of work, including inspection and assessment of water damage, water extraction and drying, mold remediation, structural repairs, and restoration and cleaning of affected areas. These services are critical for maintaining the integrity and safety of embassy facilities, ensuring a healthy environment for staff and visitors. Interested contractors must submit their offers electronically by the specified deadline and are required to be registered in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov.
    Roof Replacement
    Buyer not available
    The U.S. Embassy in Stockholm is soliciting qualified contractors for a roof replacement project at the Jupitervagen 12A Residence, designated as solicitation number 19SW8025Q0008. The project requires the removal of existing roofs and installation of new roofing systems, including repairs to wood decking and the use of specific roofing materials, with a completion deadline set for May 1, 2025. This initiative underscores the U.S. Government's commitment to maintaining its diplomatic facilities abroad while ensuring compliance with safety and operational standards. Interested contractors must submit their quotations electronically by March 12, 2025, and are encouraged to register in the System for Award Management (SAM) prior to submission. For further inquiries, contact Jenny Borglin at stkgsocontracts@state.gov.
    GPO 5th Floor SID Smartcard Room Design/Build Construction
    Buyer not available
    The United States Government Publishing Office (GPO) is seeking proposals for the design and construction of the 5th Floor SID Smartcard Room in Washington, D.C. This procurement aims to enhance the existing infrastructure by addressing structural weaknesses and ensuring compliance with federal standards, particularly in mechanical, plumbing, and fire suppression systems. The initiative underscores the importance of collaboration among engineers and architects to effectively assess current conditions, execute necessary demolitions, and implement new installations while adhering to safety protocols. Interested bidders must submit their proposals electronically by 12:01 PM EST on February 18, 2025, and are encouraged to direct any questions to Troy D. White or Gary Stevens via email by the specified deadlines.