DCMR Roof Design
ID: 19BY7025Q0019Type: Combined Synopsis/Solicitation
Overview

Buyer

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

NAICS

Architectural Services (541310)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: MAINTENANCE BUILDINGS (C1EB)
Timeline
    Description

    The U.S. Department of State is seeking qualified contractors to provide architectural and engineering services for the design and renovation of the roof at the Deputy Chief of Mission Residence in Bujumbura, Burundi. The project involves a comprehensive proposal for structural design, including waterproofing systems over an area of approximately 5,000 square feet, with a focus on compliance with local building regulations and quality assurance. This solicitation, identified by RFQ number 19BY7025Q0019, has a budget range of $10,000 to $40,000 and requires interested parties to submit their quotes by June 21, 2025, following a pre-quotation conference on June 13, 2025. For further inquiries, contractors can contact the Bujumbura Procurement Section at BujProcurement@state.gov or by phone at 257-222-07006.

    Point(s) of Contact
    Bujumbura Procurement Section
    25722207006
    BujProcurement@state.gov
    Files
    Title
    Posted
    The document details a solicitation for construction services by the United States government, specifically for the American Embassy in Bujumbura, Burundi. Issued under solicitation number 19BY7025Q0019, it involves a project for Architectural and Engineering (A&E) services to assess and design the roof and waterproofing systems of the Deputy Chief of Mission Residence, encompassing a 5,000 square foot area. The contractor is required to begin work within a specific number of days after receiving the award and must adhere to additional solicitation requirements, including the submission of sealed bids by a designated deadline. Performance and payment bonds are mandated, and offers must remain valid for government acceptance. The document emphasizes the contractual obligations tied to the solicitation and the necessity for compliance with the project specifications. This solicitation is part of broader government efforts to ensure the maintenance and safety of embassy facilities.
    The U.S. Embassy in Bujumbura, Burundi, has issued Request for Quotations (RFQ) number 19BY7025Q0019 to obtain responses for the design and technical specifications for the Deputy Chief of Mission Residence's roof renovation. Interested contractors are invited to submit quotes by June 21, 2025, following guidelines outlined in the solicitation, which includes a pre-quotation conference scheduled for June 4, 2025. The Embassy seeks the lowest-priced, approved proposal without initial discussions, though further dialogue may occur within the competitive range if needed. Key deliverables include detailed architectural drawings, construction cost estimates, and compliance with local building regulations. Notable evaluation criteria for proposals will include technical expertise, quality of work, and adherence to deadlines. Additionally, all bidders must provide proof of registration in the System for Award Management (SAM) and include all required documentation alongside their quotations. The RFQ establishes a clear budget range of $10,000 to $40,000 and emphasizes the importance of a quality assurance program. This solicitation represents an opportunity for contractors to engage in a significant project funded through public resources while adhering to strict government standards and requirements.
    The Acquisition Alert 25-07, issued in February 2025, outlines the implications of Executive Order 14173, which terminates previous mandates supporting diversity, equity, and inclusion (DEI) programs in federal contracting. This order revokes key regulations, including EO 11246 that required government contractors to uphold non-discrimination and affirmative action standards. As a result, all contractors must now certify that they comply with federal anti-discrimination laws and do not run DEI programs that conflict with these laws, or risk consequences under the False Claims Act. The document includes a certification form for contractors to complete, affirming their compliance is essential for government payment decisions. This shift indicates a significant policy change affecting how federal contracts assess contractor compliance with anti-discrimination measures, potentially impacting future RFPs and funding opportunities at all government levels.
    The Express Form NDAA Certification for Micro-purchases outlines compliance requirements mandated by the John S. McCain National Defense Authorization Act (NDAA) for Fiscal Year 2019 regarding Covered Telecommunications Equipment and Services. According to the Federal Acquisition Regulation (FAR), vendors must adhere to specified provisions when making micro-purchases. Essential steps include reviewing FAR provisions 52.204-24 and 52.204-26, complying with the representation requirements, and disclosing whether the vendor provides or uses covered telecommunications equipment. Vendors must affirmatively respond regarding equipment usage and its percentage in their communications platform and may need to detail plans for equipment removal by 2022 if applicable. The certification requires the signature of an authorized representative and the return of the completed form to the appropriate contracting officer. This certification ensures that federal procurements do not inadvertently involve prohibited technology, aligning with national security interests.
    Lifecycle
    Title
    Type
    DCMR Roof Design
    Currently viewing
    Combined Synopsis/Solicitation
    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.
    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.
    Elevator Maintenance Service at NEC
    State, Department Of
    The U.S. Department of State is seeking proposals for Elevator Maintenance Services at the U.S. Embassy in Yangon, Myanmar, under solicitation number 19BM8026Q0002. The contract will cover a one-year base period with two optional years, requiring routine monthly maintenance, 24/7 emergency response, and same-day non-emergency repairs for three Otis elevators. This service is critical for ensuring the operational efficiency and safety of the embassy's facilities. Interested vendors must submit their proposals by December 26, 2025, at 16:00 Yangon time to RangoonProposals@state.gov, and are required to have a local partner in Myanmar, along with SAM registration and a comprehensive technical plan.
    Design-Build Fit-Out of USA Pavilion at Expo 2027 Belgrade, Serbia - Request for Information/Market Research
    State, Department Of
    The Department of State is seeking a qualified Design-Build partner for the USA Pavilion at Expo 2027 in Belgrade, Serbia, through a Request for Information (RFI) aimed at market research. The project involves the full design, construction, exhibit installation, and decommissioning of the pavilion, which is expected to represent American life in a nonpolitical and immersive manner, aligning with the Expo theme "Play for Humanity – Sport and Music for All." This opportunity is significant as it promotes U.S. foreign policy and commercial interests while providing a platform for creativity and engagement at a global event. Interested firms, particularly small businesses, should note that the project is valued between $4 million and $6 million, with submissions due by December 22, 2025. For further inquiries, contact Jennifer Leung at LeungJB@state.gov.
    Installation of Interior Staircase
    State, Department Of
    The U.S. Department of State is preparing to solicit proposals for the installation of an interior staircase at the U.S. Embassy in Rome, Italy. This project aims to connect two apartments within the embassy premises, requiring the contractor to provide all necessary labor, materials, and equipment for the installation. The estimated contract value ranges from $25,000 to $100,000, and the government intends to award a firm-fixed price purchase order based on initial offers without further discussion. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their proposals electronically, adhering to the specified size limits for email submissions. For further inquiries, potential bidders can contact Crystal D. Sheridan at SheridanCD@state.gov or by phone at +39 0646742581.
    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.
    Design and Build Repair Facade and Roof B707
    Dept Of Defense
    The Department of Defense, specifically the Air Force Reserve Command at the 934th Minneapolis Air Reserve Station, is seeking qualified contractors for a Design-Build project focused on the repair of the façade and roof of Building 707, a 299-room lodging facility. The project entails comprehensive professional design services, including field investigations, design document preparation, and construction monitoring, with responsibilities for all supervision, labor, materials, and equipment necessary to fulfill the requirements outlined in the Statement of Work. This initiative is critical for maintaining the structural integrity and safety of the facility, which has experienced issues such as leaking skylights and façade failures, necessitating repairs to both the exterior and interior elements. Interested vendors must submit a capabilities statement by January 5, 2026, to Chin Kuk Dahlquist at chin.kuk.dahlquist.1@us.af.mil, with the anticipated contract value ranging between $1 million and $5 million and a performance period of 405 days.
    Grounds Maintenance Services for the Embassy
    State, Department Of
    The U.S. Embassy Georgetown is soliciting quotations for Grounds Maintenance Services under Request for Quotations (RFQ) number 19GY2025Q0005, issued on November 18, 2025. The contract entails a 12-month performance period with an option for one additional year, requiring the contractor to provide comprehensive grounds maintenance, including lawn care, pruning, trash removal, watering, fertilizing, and pest control, while adhering to strict personnel and insurance requirements. Interested vendors must submit their quotations by December 17, 2025, at 16:00 hrs, either in a sealed envelope or electronically, and are encouraged to attend a pre-quotation conference on November 28, 2025, at the Embassy. For further inquiries, contact Joseph R. Bengoechea at GeorgetownGSOProcurementDL@state.gov or by phone at 592-225-4900.
    PrA-PreSolicitation Notice for Bulk Water delivery services for U.S. Embassy Harare in Zimbabwe
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide bulk potable water delivery services for the U.S. Embassy in Harare, Zimbabwe. The procurement aims to secure a reliable supply of potable water to meet the needs of the U.S. Mission, with an anticipated contract structure consisting of a base year and two one-year option periods. This service is critical for ensuring the operational readiness and sustainability of the embassy's facilities. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit electronic proposals, with the solicitation expected to be published on beta.SAM.gov. For further inquiries, potential bidders can contact Damian Richard or Annie Chinyanganya at HarareGSOProcurement@state.gov or by phone at +26388677011000.
    TEGUC - Prefabricated Mezzanine Installation
    State, Department Of
    The U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the design, supply, delivery, and installation of a prefabricated mezzanine system at an INL Warehouse. This project requires compliance with U.S. industrial standards, including OSHA and ANSI, and encompasses all structural components, access features, flooring, safety railings, and necessary base preparation. The contract will be a firm-fixed-price type, with delivery expected within 45 days of award, and quotations are due by January 5, 2026, following a site visit on December 15, 2025. Interested contractors must register in the SAM database and submit their offers electronically, adhering to specified formatting requirements. For further inquiries, contact Edward Ortiz or Clinton Jerez at TguBids@state.gov.