Design-Build Contract for New Consulate Compound in Almaty, Kazakhstan
ID: 19AQMM25R0119Type: 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 soliciting proposals for a Design-Build Contract for the construction of a new consulate compound in Almaty, Kazakhstan. This project, which falls under full and open competition as per the Omnibus Diplomatic Security and Antiterrorism Act, requires contractors to provide comprehensive design-build services for various facilities, including office buildings and access control structures, on a 17.4-acre site with an estimated cost between $300 million and $400 million. The procurement emphasizes the importance of U.S. ownership and compliance with federal regulations, ensuring national security and quality in diplomatic construction projects. Interested offerors must submit their proposals electronically by May 14, 2025, and can contact Lori Botkin at BotkinLL@state.gov or Chrissie Fields at FieldsSc@state.gov for further information.

    Point(s) of Contact
    Chrissie Fields
    FieldsSc@state.gov
    Files
    Title
    Posted
    The document outlines the requirements for submitting qualifications for federal contracts under the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Public Law 99-399) for FY 2025. It mandates that offerors complete specific certifications to establish their eligibility as U.S. persons or qualified joint ventures. Key sections detail the definitions and conditions that classify an organization as a U.S. person, including proper incorporation, principal business location, business longevity, past contractual experiences, and employment statistics concerning U.S. citizens. Prospective offerors must provide documentation as attachments, complete certifications regarding their legal and operational status, and disclose organizational structures while ensuring compliance with federal laws. Misrepresentation can result in disqualification or legal repercussions. The process emphasizes the significance of U.S. ownership and operational adherence to ensure the integrity of federal contracts, thereby safeguarding national interests in diplomatic security and related projects. Overall, this qualification statement functions as both a guideline and a checklist for organizations seeking federal contracts, reinforcing accountability, transparency, and legal compliance within the contracting process.
    The U.S. Department of State's Bureau of Overseas Buildings Operations (OBO) is soliciting proposals for Design-Build Construction Services for a new consulate compound in Almaty, Kazakhstan. The acquisition follows full and open competition under the Omnibus Diplomatic Security and Antiterrorism Act. The project involves constructing an office building, access control facilities, utility buildings, and parking on a 17.4-acre site. The estimated cost is between $300 million and $400 million. The solicitation comprises two phases: Phase I, focusing on Minimum Mandatory Requirements (MMRs) for offeror eligibility, and Phase II, inviting eligible participants to submit technical and pricing proposals after a site visit. Offerors must fulfill specific security clearance and registration requirements and demonstrate previous similar project experience. Phase I proposals must be submitted electronically by May 14, 2025, without reimbursement for preparation costs, and must include a U.S. Person Statement of Qualifications, evidence of facility security clearance, and active registration in SAM.gov. Any offeror not meeting these criteria will be deemed ineligible for award consideration. The documentation emphasizes strict compliance with security and registration protocols, showcasing the government's commitment to national security and quality construction in diplomatic facilities.
    The U.S. Department of State's Bureau of Overseas Buildings Operations (OBO) issued a directive to all contractors and subcontractors involved in OBO projects, emphasizing strict protocols for public release of project information. Any intention to disclose details related to design, construction, or services concerning OBO projects requires written approval from a Contracting Officer and the OBO Public Release email. This directive mandates that all firms, including subcontractors, avoid public announcements in any form without prior authorization. Additionally, any previously cleared content must be resubmitted for review, aligning with new executive orders and removing references to sustainability and diversity, equity, and inclusion. All materials produced under OBO projects belong to the U.S. Government and their dissemination is strictly controlled to ensure confidentiality and sensitivity surrounding the projects. Clear and organized submissions to the OBO Public Release email, following specific file-naming and size guidelines, are necessary for approval prior to publication. This directive reflects the government’s commitment to protecting sensitive information and maintaining integrity in the communication associated with Diplomatic projects.
    The U.S. Department of State (DOS) issued a reminder to contractors supporting Overseas Building Operations (OBO) about compliance with air and sea transportation requirements under their contracts. Contractors must adhere to clauses 52.247-63 and 52.247-64, which mandate the use of U.S.-flag air carriers and commercial vessels for international shipments and air transportation, respectively. If U.S. carriers are unavailable, contractors must submit a "Statement of Unavailability." For ocean shipments, a copy of the bill of lading must be submitted within specified timeframes to both the Contracting Officer Representative (COR) and the Maritime Administration (MARAD). Additionally, contractors must report all government-impelled ocean cargo movements to MARAD, regardless of the vessel's flag. The document explains that gross tonnage is interpreted as revenue ton, and specifies that freight forwarders can submit documents on behalf of clients while maintaining confidentiality. Contractors are encouraged to seek assistance from MARAD if unable to locate U.S.-flag ocean services. For further information, contractors are directed to specific MARAD resources and contact details. This guidance underscores the importance of adhering to U.S. cargo preference laws in federal contracting.
    Similar Opportunities
    DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
    State, Department Of
    The Department of State is seeking qualified contractors to provide Design Build Construction Services for the installation of pre-fabricated containers at Guayaquil Port, Ecuador. The project entails comprehensive design, construction, and supervision of high-cube containers that will serve as a kitchen, dining area, dormitories for 12 individuals, an administration office, and storage, along with the integration of utilities and installation of various systems such as air conditioning, communication, CCTV, and fire protection. This Firm Fixed-Price Construction Type Contract is estimated to be valued between $250,000 and $500,000, with interested companies required to express their interest by December 2, 2025, via email to Sarah Pfannkuche at PfannkucheS@state.gov, ensuring they meet specific qualifications including Ecuadorian construction licenses and SAM registration prior to contract award.
    Fukuoka Gardening Services Contract
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide comprehensive gardening services for the grounds of the U.S. Consulate in Fukuoka, Japan. The contract, identified as RFQ number 19JA2526-Q-0004, will commence on November 21, 2025, and includes an initial 12-month period with four one-year renewal options, requiring services such as lawn care, pruning, pest control, and maintenance of the Consulate's landscaping. This opportunity is crucial for maintaining the aesthetic and functional quality of the Consulate's grounds, ensuring a welcoming environment for visitors and staff. Interested contractors must submit their quotations electronically by January 28, 2026, and are encouraged to attend a pre-quotation conference and site visit on January 14, 2026, with prior registration required by January 9, 2026. For further inquiries, contact Toshiyuki Aochi at AochiTX@state.gov.
    2027 McConnell AFB MACC IDIQ
    Dept Of Defense
    The Department of Defense, through the 22d Contracting Squadron, is seeking qualified construction firms for a Multiple Award Construction Contract (MACC) at McConnell Air Force Base in Kansas. This opportunity involves an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contract, allowing for the procurement of various construction projects, with task orders valued up to $10 million each, and a total potential contract value of $99 million over six years. The selected contractors will undertake a wide range of construction tasks, including design-build projects, renovations, and infrastructure repairs, requiring capabilities across multiple trades. Interested firms must submit a capability statement by 4:00 PM (CST) on June 27, 2025, to the primary contacts, 2d Lt William Johnson and Marcus Tucker, via the provided email addresses.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    Maintenance of Elevators at US Embassy Building - Pristina
    State, Department Of
    The U.S. Department of State is soliciting quotations for an Elevator Maintenance Contract at the U.S. Embassy in Pristina, Kosovo, under Solicitation Number 19KV4226Q0001. The contract entails a firm-fixed-price agreement for elevator maintenance services, which includes routine monthly maintenance, annual tests, and emergency response requirements, ensuring elevators operate safely and efficiently in compliance with ASME A17.1 standards. This maintenance is crucial for the safety and reliability of the embassy's operations, with the selected contractor required to provide trained personnel and adhere to strict quality assurance measures. Quotations are due by January 16, 2026, at 3:00 PM local time, and interested parties must attend a pre-quotation conference on December 22, 2025, at the embassy. For further inquiries, contact Thad Ball at balltb@state.gov or Burim Buza at BuzaBM@state.gov.
    Border Patrol Station-Freer, Texas
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the design and construction of a new Border Patrol Station in Freer, Texas. This project involves creating a comprehensive facility that includes various structures such as an administration building, vehicle maintenance facility, and kennel, all situated on a 30-acre site, with a construction budget estimated between $25 million and $100 million. The contract will be awarded through a two-phase design-build process, with proposals due on January 16, 2026, and the anticipated award date in July 2026. Interested firms must register with the System for Award Management (SAM) and can contact Patricia Dickson or Nicholas Johnston for further details.
    Installation Project of New Daikin Chiller
    State, Department Of
    The Department of State is seeking contractors for the installation of a new Daikin chiller at the U.S. Embassy in Tbilisi, Georgia. The project involves the installation of a government-furnished Daikin chiller model EWAHC13TZXLC2+OP08, which is crucial for maintaining the embassy's climate control systems. This procurement is significant as it ensures the operational efficiency and comfort of the embassy facilities. Interested parties can reach out to John McDonald at mcdonaldjk@state.gov or by phone at 995332277000 for further details regarding the contract.
    DOS Domestic Light Construction Multiple Award IDIQ Requirement
    State, Department Of
    The Department of State (DOS) is preparing to issue a presolicitation notice for a Domestic Light Construction Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at executing a variety of construction, repair, and renovation projects across DOS facilities in the United States. This contract will encompass a wide range of activities, including site work, structural elements, architectural finishes, and specialized tasks such as asbestos abatement and lead paint removal, with the potential for time-sensitive disaster assistance. The acquisition is set aside for total small businesses, and while the solicitation number is 19AQMM26R0012, the closing response date has yet to be determined. Interested parties can reach out to Ryan C. Edwards at Edwardsrc@state.gov or Meghan Klipfel (Knapp) at KlipfelME@state.gov for further information.
    FTW501 UNACCOMPANIED ENLISTED PERSONNEL HOUSING (PN 64018 BARRACKS) FORT WAINWRIGHT, ALASKA
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers, is seeking proposals for the design and construction of unaccompanied enlisted personnel housing at Fort Wainwright, Alaska. This project involves the construction of a barracks to accommodate 320 soldiers, including essential facilities such as living quarters, bathrooms, laundry rooms, and security systems, with an estimated contract value between $150 million and $250 million. The procurement will follow a two-phase source selection process, with evaluations based on factors such as past performance, technical approach, and price, and is scheduled for completion within 880 calendar days from the notice to proceed. Interested contractors must register in the System for Award Management (SAM) and can obtain solicitation documents starting December 29, 2025, by searching for Solicitation Number W911KB26RA004.
    Intent to Establish a Blanket Purchase Agreement (BPA) for Classified Pouch Imp/Exp Handling Services U.S. Embassy Kuwait
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Kuwait, intends to establish a Blanket Purchase Agreement (BPA) for classified pouch import and export handling services. This BPA aims to streamline the procurement process for qualified local vendors who can provide comprehensive logistics services, including preparation, processing, and secure delivery of classified pouch shipments, both outgoing and incoming. The BPA may span up to five years, with an estimated total value not exceeding $350,000, and individual orders will not exceed $15,000 unless approved by the Contracting Officer. Interested vendors must submit capability statements and relevant documentation by December 18, 2025, at 10:00 AM Kuwait time, to the Kuwait Procurement Team at kuwaitsolicitation@state.gov.