Ghana Warehouse, Maintenance, and Motor Pool Facility Project
ID: 19AQMM25R0042Type: Presolicitation
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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    Facility Maintenance Services
    Buyer not available
    The State Department is seeking proposals for Facility Maintenance Services at the U.S. Consulate General in Milan, Italy. The contract will be a firm-fixed price Indefinite Delivery/Indefinite Quantity agreement, covering one base year with four optional one-year extensions, and is set to commence on July 1, 2025. This procurement is crucial for ensuring the operational integrity of U.S. Government properties through scheduled and unscheduled maintenance, including HVAC, electrical, and plumbing systems, as well as emergency response services. Interested contractors must demonstrate compliance with local business regulations and register with the System for Award Management (SAM). For further inquiries, potential bidders can contact Patticha Gruenbeck at GruenbeckP@state.gov or Kenneth G. Mamba at MambaKG@state.gov.
    Gardening Services for Chancery, Warehouse and Select Residences
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide gardening services for its Chancery, Warehouse, and selected residences in Kampala, Uganda. The procurement involves complete gardening services over an initial 12-month term, with options for renewal for up to four additional years, focusing on maintaining landscape aesthetics and adhering to strict work schedules to ensure embassy security. This contract reflects the embassy's commitment to maintaining the appearance and functionality of government properties while complying with federal procurement regulations. Interested parties must submit their quotations in English by March 7, 2025, at 10:00 am local time, and are encouraged to attend a site visit scheduled for February 20, 2025. For further inquiries, contact Emilia Dominguez at Dominguezer@state.gov or Walter E. Nabulomi at NabulomiWE@state.gov.
    19GV1025Q0003 - INSPECTION, MAINTENANCE AND REPAIR OF STANDBY, LOW VOLTAGE, DIESEL GENERATORS
    Buyer not available
    The U.S. Embassy in Conakry, Guinea, is soliciting quotations for a Preventive Maintenance Service Contract for standby, low-voltage diesel generators under Request for Quotations 19GV1025Q0003. The contract aims to ensure the operational reliability of the embassy's generator systems through routine inspections, preventive maintenance, and emergency support, while adhering to manufacturer guidelines and safety standards. This procurement is critical for maintaining the embassy's operational readiness and compliance with federal acquisition processes. Interested vendors must submit their proposals by February 25, 2025, via email, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Timothy R. Carpenter at CarpenterTR1@state.gov or Marah Fama at MarahF@state.gov.
    INSTALLATION OF DUCTED SPLIT SYSTEM AIR CONDITIONER
    Buyer not available
    The U.S. Embassy in Cotonou, under the Department of State, is seeking quotes for the installation of two ducted split system air conditioners in the switchgear room. The procurement aims to modernize the facility's cooling systems, ensuring compliance with federal procurement standards while maintaining high safety and regulatory requirements. Interested contractors must submit their quotes by March 5, 2025, and adhere to specific formatting and submission guidelines, including SF-1442 and proof of SAM registration. For further inquiries, potential bidders can contact Rebecca J. Stone at stonerj@state.gov or Abdoul Youssifou at youssifouar@state.gov.
    Maintenance of Fuel Management and Distribution Systems
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Nassau, is seeking qualified contractors to provide maintenance services for the Fuel Management and Distribution Systems at the New Embassy Compound in the Bahamas. The procurement involves professional services for inspections and planned maintenance to ensure that all systems remain in good operational condition when activated. This firm fixed-price purchase order is crucial for maintaining the functionality and safety of the embassy's fuel systems, with a contract duration of one year. Interested bidders should contact Deana Nelson at NelsonDA@state.gov for solicitation documents, with bids due by April 15, 2025, and a contract start date anticipated between June 1 and August 1, 2025.
    Maintenance Kits for Caterpillar C18 Generators for U.S. Embassy Harare, Zimbabwe
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Harare, Zimbabwe, is soliciting proposals for the supply of Maintenance Kits for Caterpillar C18 Generators under RFQPR15170961. The procurement aims to establish a firm fixed-price contract that encompasses the provision of generator service kits, including all necessary labor, materials, overhead, profit, and transportation costs, ensuring the Embassy's operational efficiency. These maintenance kits are critical for the upkeep of the Embassy's generator systems, which are essential for reliable power supply in the region. Interested vendors must submit their proposals by March 6, 2025, at 5 PM local time, and are encouraged to reach out to primary contact Margaret Mattson at hararegsoprocurement@state.gov or secondary contact Dickson Togara at togarad@state.gov for further inquiries.
    PRE-SOLICITATION NOTICE_Medical Storage Facility, Chad
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is preparing to solicit proposals for the design and construction of a new medical storage facility in N’Djamena, Chad. The project involves the demolition of an existing medical warehouse and the construction of a prefabricated warehouse designed to store dry medical supplies and equipment, complete with climate control and shelving. This facility is crucial for ensuring the efficient storage and management of medical resources in the region. The anticipated contract, valued between $500,000 and $1 million, is expected to be awarded in Spring 2025, with a performance period of one to two years. Interested contractors should monitor the SAM.gov website for updates and ensure they are registered in the System for Award Management (SAM) to be eligible for the contract.
    Annual Maintenance Contract (AMC) services at Consul General’s Residence (CGR) Chennai, India
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Annual Maintenance Contract (AMC) services for the Consul General’s Residence in Chennai, India. The contract, which spans from April 2025 to March 2027, includes the maintenance of outdoor recreational facilities such as a swimming pool, tennis court, playground, and walking paths, requiring daily upkeep, chemical treatment, and regular reporting on water chemistry. This procurement is crucial for ensuring the safety and operational integrity of recreational facilities used by the American community in Chennai. Interested vendors should contact Michael J Dudte at dudtemj@state.gov or Malathy Ravi at ravim2@state.gov for further details, and proposals must adhere to the outlined technical and safety requirements as specified in the solicitation documents.
    Preventative Maintenance for Cooling Tower & Accessories
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Nassau, is seeking qualified contractors to provide preventative maintenance services for cooling towers and their accessories at the New Embassy Compound in the Bahamas. The procurement involves inspections, testing, and planned maintenance, structured as a firm fixed-price purchase order for a duration of one year. This maintenance is crucial for ensuring the operational efficiency and reliability of the cooling systems within the embassy facilities. Interested parties can request solicitation documents or further information by contacting Deana Nelson at NelsonDA@state.gov, with bids due by April 15, 2025, and a contract start date anticipated between June 1 and August 1, 2025.
    INL Colombia Construction IDIQ
    Buyer not available
    The U.S. Department of State is seeking qualified contractors for the INL Colombia Construction Indefinite Delivery Indefinite Quantity (IDIQ) contract, aimed at constructing various facilities in Colombia, including administrative buildings, lodging, kennels, and warehouses. The contract will span a base period of 12 months with four optional one-year extensions, allowing for a maximum funding limit of $50 million throughout its duration. This initiative is critical for supporting U.S. interests and operations in Colombia, ensuring compliance with local regulations and safety standards while enhancing law enforcement infrastructure. Interested contractors must submit proposals by May 23, 2025, and can direct inquiries to Scott M. David at ScottDM@state.gov or Joonpil Hwang at hwangj2@state.gov.