Ghana Warehouse, Maintenance, and Motor Pool Facility Project
ID: 19AQMM25R0042Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF CONFERENCE SPACE AND FACILITIES (Y1AB)
Timeline
  1. 1
    Posted Jan 22, 2025, 12:00 AM UTC
  2. 2
    Updated Feb 7, 2025, 12:00 AM UTC
  3. 3
    Due Jul 21, 2025, 4:00 PM UTC
Description

The U.S. Department of State is seeking qualified contractors for the Ghana Warehouse, Maintenance, and Motor Pool Facility Project, which involves the construction of multiple facilities at Camp Michel, Ghana. The project aims to enhance the operational capabilities of the Ghanaian Armed Forces by providing a multifunctional facility that includes an administration warehouse, maintenance bays, classrooms, and a motor pool, all essential for supporting peacekeeping missions. This initiative reflects the U.S. Government's commitment to strengthening international peacekeeping capacities through infrastructure development, with a focus on compliance with local building codes and quality assurance throughout the construction process. Interested contractors should contact Coy Brown at browncl1@state.gov or Joonpil Hwang at hwangj2@state.gov, with proposals due by July 21, 2025, following an extension from the original deadline.

Point(s) of Contact
Files
Title
Posted
Feb 7, 2025, 2:06 PM UTC
The document outlines a solicitation (19AQMM25R0042) for a construction project by the U.S. Department of State, specifically targeting the establishment of facilities in Ghana. Issued on January 22, 2025, it requires bidders to submit sealed offers for various construction tasks, including a two-story administration warehouse, vehicle storage, and site development. The solicitation establishes a performance period of 30 days for pre-construction tasks and 11 months for major construction upon a notice to proceed. Bid submissions are due by March 21, 2025, and an offer guarantee is not required. The construction will be conducted under a firm-fixed-price contract type, while specific elements like the DBA insurance will follow a cost-reimbursable contract type. The document emphasizes the government's requirement for performance and payment bonds to be furnished by the contractor within 30 days post-award. The solicitation stresses compliance with the work requirements and related provisions, aiming for local reproduction of necessary documents. Overall, this solicitation reflects the government's initiative to enhance operational capabilities in Ghana through structured construction projects, following precise regulatory guidelines and engagement protocols.
Feb 7, 2025, 2:06 PM UTC
The document is an amendment to solicitation number 19AQMM25R0042 for the construction of various facilities in Ghana, issued by the Office of Acquisition Management at the U.S. Department of State. The effective date of this amendment is January 24, 2025. The primary purpose is to extend the due date for proposals from March 21, 2025, to July 21, 2025, and to update certain contractual sections, specifically regarding site visits. The project entails a firm-fixed-price contract for the construction of a two-story administration warehouse building with maintenance bays, offices, and classrooms, as well as a large vehicle warehouse shed, integrated surface and road areas, a security perimeter, and necessary insurance provisions. Each component of the project has specific delivery timelines, with contracts typically expected to be fulfilled within 30 days to 11 months from notice to proceed (NTP). The adjustment and extended timeline indicate responsiveness to the bidding process, ensuring adequate participation by contractors. Overall, this amendment retains all other original terms of the solicitation, confirming its continued relevance and applicability in facilitating government procurement efforts.
Feb 7, 2025, 2:06 PM UTC
The document outlines the terms and requirements for a construction contract (19AQMM25R0042) involving various projects, including the construction of multiple facilities at a military site in Ghana. It details pricing for specific contract line items (CLINs), including a pre-construction survey, an administration warehouse, a 100-vehicle warehouse shed, various site preparation works, and the necessary Defense Base Act (DBA) insurance. The contract is categorized as hybrid (firm-fixed-price and cost reimbursable) and specifies a maximum allowable performance time for each CLIN. Moreover, it emphasizes the importance of inspections, documentation of shipments, and strict adherence to quality assurance and control measures throughout the construction process. The contractor is required to submit regular progress reports and is held liable for maintaining project schedules, ensuring compliance, and addressing any delays according to the outlined procedures. This document serves as a comprehensive guideline for contractors, encapsulating compliance, pricing, and administrative expectations for U.S. Government-funded overseas construction efforts. It ensures clarity in contract performance, regulatory adherence, and efficient project execution.
Feb 7, 2025, 2:06 PM UTC
The document outlines the requirements and stipulations for a federal Request for Proposal (RFP) concerning the construction of various facilities, including a two-story administration building, warehouse, parking areas, and security structures, at Camp Michel in Ghana. It defines contract pricing structure, including multiple Contract Line Item Numbers (CLINs) associated with specific construction tasks, emphasizing that costs must cover all necessary materials, labor, and compliance with local laws. The project primarily involves a hybrid contract type consisting of firm-fixed prices and reimbursements for certain costs, such as Defense Base Act (DBA) insurance. The contractor needs to adhere to strict timelines for completion, with specific performance periods outlined for each CLIN, and is required to conduct inspections and provide regular progress reports. Quality assurance procedures and inspections by the government are mandatory to ensure contract compliance. The document further emphasizes the importance of tax exemptions for the contractor and outlines rigorous packaging and shipping requirements for materials sent to the project site. Overall, this RFP signifies the government's intent to ensure high standards in construction to support military operations abroad while maintaining thorough oversight through comprehensive contract management processes.
Feb 7, 2025, 2:06 PM UTC
Feb 7, 2025, 2:06 PM UTC
The Statement of Work (SOW) outlines the construction project for a multifunctional facility at Camp Michel, Ghana, as part of the U.S. Department of State's Global Peace Operations Initiative (GPOI). This facility will enhance the Ghanaian Armed Forces' (GAF) ability to prepare for and sustain peacekeeping missions, including a warehouse, maintenance bay, classrooms, and a motor pool. The project includes constructing a two-story Administration Warehouse with multiple specialized areas and a potential optional warehouse for vehicles, parking, service areas, and perimeter infrastructure. Key tasks involve ensuring compliance with local building codes, utilizing metal materials to combat termites, coordinating logistics with Ghanaian officials, and providing necessary utilities. The contractor will manage all aspects of construction, including safety measures, environmental management, and subcontractor supervision. They are also responsible for developing detailed project schedules and reporting requirements to provide regular updates on construction progress and any incidents. This SOW demonstrates the U.S. Government's commitment to strengthening international peacekeeping capacities through well-planned infrastructure and capacity-building for partner nations, aligning with broader strategic peacekeeping priorities.
Feb 7, 2025, 2:06 PM UTC
The document outlines the proposals for various construction projects, specifically focusing on the development of facilities in Ghana, including a Warehouse and Maintenance Facility, a 100-Vehicle Shed, Surface and Road Areas, and a Perimeter Wall with a Guard House. Each project consists of several stages, primarily emphasizing Pre-Construction Activities such as site surveys and design revisions. The construction activities encompass various tasks, including earthworks, concrete and masonry work, plumbing, structural welding, electrical works, and the installation of finishings and furnishings. The total costs associated with each construction phase include direct material, labor, and administrative expenses, although specific cost figures remain unfilled, indicating a placeholder format for bidders to provide actual bids. These projects demonstrate the federal government's commitment to infrastructure development in Ghana, reflecting efforts to enhance operational capabilities and logistical support in the region. The structure of the document is organized by separate line item classifications (CLINs), allowing for a clear breakdown of tasks and associated costs necessary for potential contractors to understand the scope of work required.
Feb 7, 2025, 2:06 PM UTC
The document outlines a series of tasks related to a government Request for Proposals (RFP) concerning infrastructure and maintenance projects. Each task corresponds to specific areas, such as administration and maintenance (Task A), vehicle and heavy equipment parking (Task C), and security features like the guard house and perimeter wall (Task D). Container areas and outdoor service areas are also highlighted under Task C. The structured tasks emphasize the need for organization and management of various facilities, contributing to overall operational efficiency and security. The purpose of the document appears to be defining a scope of work for potential contractors, detailing specific sites and requirements necessary for successful project execution. This aligns with the objectives of federal and state local RFPs, aimed at securing quality proposals for essential public services and facilities management, ensuring compliance with safety and administrative protocols.
Feb 7, 2025, 2:06 PM UTC
The Ghana Armed Forces’ Directorate of Engineer Services has proposed the construction of a new industrial yard and an administration warehouse at Burma Camp. This initiative aims to enhance operational capabilities through improved storage and workspace facilities. The proposed warehouse will feature various zones, including maintenance offices, secure storage areas, and substantial workspace for heavy engineering equipment. The architectural plans, designed and checked in February 2024, reflect a focus on functionality and efficiency, emphasizing climate control in critical areas. Detailed drawings outline the warehouse layout, materials used, and structural specifications, such as concrete flooring and robust roofing systems, designed for optimal operational performance. Key features include multiple access points for ease of movement, security measures in storage areas, and specific provisions for environmental control to maintain operational standards. Overall, the project signifies the Ghana Armed Forces' commitment to enhancing infrastructure capability, ensuring readiness and effectiveness in their operations, in alignment with government standards for military installations.
The provided document outlines structural engineering plans related to a project, including multiple drawings and detailed descriptions of foundation layouts and footing specifications. It details the design process, including information about the total number of drawings, dimensions, and materials used, with a specific emphasis on load-bearing capacities and structural integrity. The document includes extensive data on various structural elements, such as sizes and weights of footings, reinforcing bars, and concrete grades. The information is organized systematically, featuring drawings labeled with project codes, each accompanied by design notes, scales, and revisions, largely handled by a lead structural engineer, Dr. C.K. Wenyonu. This documentation aligns with government standards for infrastructure projects, highlighting compliance with relevant construction regulations and safety measures. The main purpose of this document is to provide a comprehensive resource for contractors involved in the project's execution, ensuring precise implementation aligned with design specifications while adhering to safety and building codes.
The document outlines the scheduling requirements for construction and design/construction projects under federal contracts. It mandates that contractors prepare and submit a Baseline Design Schedule and Baseline Construction Schedule using a Network Analysis Schedule (NAS) Bar Chart format, specifically through Microsoft Project 365. The approval of the Baseline Construction Schedule is crucial for commencing work and processing invoices. The schedule must identify key elements, including design and construction timelines, major submittals, equipment lead times, and must adhere to specific activity formatting, including critical path methodology. Monthly updates of the schedule are required, along with detailed narrative reports justifying progress and changes. Contractors must also provide a Time Impact Analysis (TIA) for modifications which illustrate the effects of proposed changes on project timelines. Payment procedures are detailed, requiring approved schedules and itemized invoices, with specific conditions for progress payments on materials. Overall, this document serves as a comprehensive guide for ensuring that construction schedules are systematically organized, compliant with federal regulations, and effectively managed to facilitate successful project completion.
The document is a Past Performance Questionnaire (PPQ) related to a federal contract for construction services in Costa Rica, specifically the Corinto Road Dome project. It aims to gather evaluations of a contractor's past performance from designated assessors who receive the questionnaire directly from the contractor. The questionnaire consists of two sections; Section I is to be completed by the contractor, providing essential details such as company information, contract specifics, performance scope, and any potential issues encountered. Section II is for assessors to provide feedback regarding the contractor's performance across various evaluation areas, including quality of service, management ability, quality control, and cost efficiency. The raters assign scores based on performance metrics and can elaborate on their ratings, especially for lower scores. The completed questionnaire is submitted to the contracting officer for consideration in the contract awarding process. The deadline for submission is set for December 6, 2024. This process is vital for ensuring accountability and assessing previous contractor performance in relation to future government contracts.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
BID/BUILD MARITIME ALERT FACILITY ON BEHALF OF INL - U.S. EMBASSY QUITO, ECUADOR
Buyer not available
The Department of State is seeking qualified contractors to construct a Maritime Alert Facility on behalf of the International Narcotics and Law Enforcement Affairs Office (INL) at Manta Port, Ecuador. The project involves the delivery and installation of four modular units to serve as a command center and logistical hub, accommodating 24 personnel with necessary amenities such as dormitories, office space, a kitchen, and storage facilities. This facility is crucial for supporting operational needs in the region, with an estimated contract value between $250,000 and $500,000, and the contract is expected to be awarded in 2025. Interested firms must express their interest by May 15, 2025, and provide required documentation to Ms. Alexandra Perez Acevedo at PerezAcevedoA@state.gov to receive the solicitation package.
Guatemala - CMR - Back Patio Awning Construction
Buyer not available
The U.S. Department of State is seeking qualified contractors for the construction of a back patio awning at the Chief of Mission Residence in Guatemala City, Guatemala. The project involves various construction tasks, including demolition, foundation work, metal structure fabrication, electrical installations, and drainage management, all aimed at enhancing the functionality and aesthetics of the residence. This procurement reflects the U.S. Government's commitment to maintaining high-quality standards for its overseas facilities while ensuring compliance with safety regulations. Interested contractors must submit their bids by May 16, 2025, and are encouraged to attend a site visit on April 23, 2025, with registration required by April 11, 2025. For further inquiries, contractors can contact Beau Garrett at guatemalabids@state.gov or Zayda Serech at serechza@state.gov.
Fence Extension
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Georgetown, is soliciting bids for Fence Extension services, inviting qualified contractors to submit their quotations. The project requires contractors to provide a completed Standard Form 1442, pricing, representations and certifications, and proof of registration in the System for Award Management (SAM), with all work to be completed within 225 days after the notice to proceed. This procurement emphasizes compliance with local laws, timely performance, and cost-effectiveness, with the contract awarded to the lowest-priced, responsible offeror without discussions unless necessary. Quotations must be submitted electronically by May 30, 2025, at 2:00 PM, and interested parties can contact Joseph R Bengoechea at GeorgetownGSOProcurementDL@state.gov for further information.
Site Upgrade for Fall Hazard Protection and Mitigation Project
Buyer not available
The U.S. Department of State, through the Embassy in Guatemala, is seeking proposals for a Site Upgrade for Fall Hazard Protection and Mitigation Project at the Embassy compound in Zone 16, Guatemala City. The selected general contractor will be responsible for providing qualified personnel, materials, and supervision to complete the construction services within a 90-day performance period, adhering to U.S. design standards and local regulations. This project is critical for ensuring safety and compliance on embassy grounds, with a firm fixed-price contract anticipated. Interested contractors must submit their proposals electronically by May 9, 2025, and are encouraged to register on the System for Award Management (SAM) to meet federal requirements. For further inquiries, contractors may contact Beau Garrett at guatemalabids@state.gov or Ingrid Cifuentes at guatemalabids@state.gov.
Civil Works for Residential Generators Installation
Buyer not available
The U.S. Department of State, through the American Embassy in Guayaquil, Ecuador, is soliciting proposals for civil works related to the installation of seventeen residential emergency generators at the Consulate General's residential pool. The project requires contractors to provide all necessary professional services, labor, materials, and equipment to complete the civil works, including site preparations, concrete platform construction, and landscape restoration, all while adhering to engineering specifications and safety standards. This initiative is crucial for enhancing the operational resilience of U.S. diplomatic facilities abroad. Interested contractors must submit their proposals, including a detailed cost breakdown and required certifications, by May 19, 2025, and are encouraged to attend a pre-proposal conference and site visit on May 5, 2025. For further inquiries, contact Sonequa Smith at GuayaquilContracting@state.gov or call 59343717000.
FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
Buyer not available
The U.S. Department of State is seeking proposals for Facility Maintenance Support Services (FMSS) under solicitation number 19AQMM25R0157, aimed at providing worldwide facility maintenance support for approximately 290 U.S. Embassies and Consulates. The contractor will be responsible for supplying technically qualified personnel to assist with the operation, maintenance, repair, and technical assessment of DOS facilities, ensuring they remain safe, secure, functional, and sustainable. This contract is critical for maintaining the operational integrity of U.S. diplomatic missions globally and will be awarded as a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, with an estimated ceiling price of $80 million over a base year and four option periods. Interested parties must submit their proposals and ensure registration in the System for Award Management (SAM) database, with inquiries directed to Jose Vasquez at vasquezj4@state.gov.
19WA8025Q0032 - Road and pavement rehabilitation at old Embassy building.
Buyer not available
The U.S. Department of State is preparing to issue a Request for Quotation (RFQ) for the rehabilitation of the road and pavement at the old Embassy building located at 14 Lossen Street, Ausspammplatz, Windhoek, Namibia. The contractor will be responsible for providing all necessary services as outlined in a detailed Statement of Work, which will be made available upon the publication of the full solicitation. This project is crucial for maintaining the infrastructure of the U.S. Embassy, ensuring safe and accessible facilities for its operations. Interested contractors must register in the U.S. System for Award Management (SAM) to be eligible for the award, with the solicitation expected to be published on SAM.gov and the U.S. Embassy website towards the end of April 2025. For inquiries, potential bidders can contact Sarah E. Kahnt at KahntSE@state.gov or Havalon Plaatjies at PlaatjiesHE@state.gov.
SOLICITATION AMENDMENT ANNOUNCEMENT W912GB25RA003_Medical Storage Facility, Chad
Buyer not available
The Department of Defense, through the U.S. Army Corps of Engineers, is soliciting proposals for the design and construction of a Medical Storage Facility in N'Djamena, Chad. The project entails demolishing an existing warehouse and constructing a new pre-manufactured facility, which will include essential features such as a concrete access ramp, loading dock, and a photovoltaic power system. This initiative is crucial for enhancing medical infrastructure and logistics support in the region, reflecting the U.S. government's commitment to improving healthcare capabilities in Chad. Interested contractors must submit their proposals by May 12, 2025, following a mandatory pre-proposal site visit scheduled for April 23, 2025, and can direct inquiries to SFC Kelsey Lahue at kelsey.j.lahue@usace.army.mil or SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil.
Alterations to existing property for the U.S Embassy Windhoek, Namibia
Buyer not available
The U.S. Department of State is seeking qualified contractors to perform alterations to existing property for the U.S. Embassy in Windhoek, Namibia. The project involves various construction tasks, including the removal and installation of joinery and sanitaryware, the construction of a new concrete floor, and landscaping work, among other general construction activities. This procurement is crucial for maintaining and upgrading the embassy facilities to ensure they meet operational standards. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their quotations electronically before the specified deadline. For further inquiries, potential bidders can contact Sarah E. Kahnt at whkproc@state.gov or Lazarus Shikongo at shikongola@state.gov.
Office Equipment
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of office equipment and software under a combined synopsis/solicitation for Foreign Military Sales (FMS) to Ghana. The procurement includes a variety of commercial items such as APC Back-UPS systems, plotter printers, external hard drives, Microsoft Office software, and various ink and toner cartridges, all of which must comply with U.S. military standards and cybersecurity regulations. This initiative is crucial for enhancing the operational capabilities of allied foreign military forces, reflecting the U.S. government's commitment to international military cooperation. Interested small businesses must submit their proposals by noon EST on May 15, 2025, to the primary contact, Andrew W. Kelly, at andrew.w.kelly.civ@army.mil.