Early Site Package (ESP) for the New Embassy Compound in Bangui, Central African Republic (CAR)
ID: 19AQMM25R0017Type: 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
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 10, 2025, 12:00 AM UTC
  3. 3
    Due Apr 7, 2025, 7:00 PM UTC
Description

The U.S. Department of State is seeking qualified firms for the design and construction of an Early Site Package (ESP) for the New Embassy Compound in Bangui, Central African Republic (CAR). The project involves constructing a secure site perimeter, access control buildings, and related facilities on a 14-acre parcel, with an estimated construction cost between $50 million and $70 million. This initiative reflects the U.S. commitment to high-quality diplomatic infrastructure while maintaining operations at existing facilities. Interested firms must submit a letter of interest by April 7, 2025, to Alla Weinstein at weinsteinal@state.gov, and the solicitation will be available on the Department of State ProjNet System around mid-May 2025.

Point(s) of Contact
Alla Weinstein
weinsteinal@state.gov
Files
Title
Posted
The U.S. Department of State's Bureau of Overseas Buildings Operations is soliciting qualified firms for the design and construction of an Early Site Package for the New Embassy Compound in Bangui, Central African Republic. This RFP (19AQMM25R0017) emphasizes competition for constructing a secure site perimeter and related facilities on a 14-acre parcel with an estimated cost between $50 and $70 million. Notable aspects include the construction of access control buildings, temporary facilities, site grading, drainage, and underground tank removal. Firms interested in bidding must submit a letter of interest by April 7, 2025, with details such as company name, project experience, and ownership information. The solicitation will contain specific project criteria, requiring adherence to the Foreign Service Buildings Act, which favors American-owned firms and mandates certain certifications. A site visit is scheduled for June 2025 to showcase the project location. This undertaking reflects a commitment to high-quality diplomatic infrastructure amid ongoing operations at existing facilities.
Apr 9, 2025, 6:07 PM UTC
The document outlines the protocols for the public release of information regarding projects managed by the U.S. Department of State’s Bureau of Overseas Buildings Operations (OBO). It emphasizes that all prime contractors and subcontractors must obtain written approval from a Contracting Officer before disclosing any information related to OBO projects. This includes all forms of media release, including social media and interviews. Prime contractors are responsible for ensuring their subcontractors adhere to these requirements, submitting requests for public release through the prime contractor's oversight. Furthermore, content cleared prior to January 20, 2025, requires re-review to align with new executive priorities, mandating significant changes in language regarding sustainability and diversity. All materials generated under OBO projects are government property, which prohibits any publication or dissemination without clearance. Ensuring the confidentiality and security of sensitive information about DOS projects is paramount, as these obligations persist beyond project completion. Requests for public release must be submitted alongside relevant contract details, adhering to specified formatting for documents and file names.
Apr 9, 2025, 6:07 PM UTC
The U.S. Department of State (DOS) emphasizes the importance of confidentiality in communication regarding its Overseas Buildings Operations projects. The DOS strictly prohibits any public release of information related to these projects, including photographs, without written approval from the Contracting Officer. This restriction extends to all contractors and subcontractors involved. The materials produced during the contract remain the property of the U.S. Government and cannot be disseminated without authorization. Contractors are urged to communicate this directive to all involved parties and must act with discretion regarding sensitive information related to diplomatic projects. Should any unauthorized materials be on public platforms, contractors must promptly notify the DOS for assessment. Requests for future publication require prior submission for approval, ensuring control over sensitive project information. This guidance is critical for maintaining the integrity and security of the DOS's operations in foreign environments, aligning with government protocols on information handling and security in federal projects.
Apr 9, 2025, 6:07 PM UTC
The U.S. Department of State (DOS) issued a reminder to contractors supporting Overseas Building Operations (OBO) regarding air and sea transportation requirements under federal contracts. Contractors must adhere to clauses 52.247-63 and 52.247-64, which mandate the use of U.S.-flag air carriers for international air transportation, unless unavailable, necessitating a "Statement of Unavailability." For ocean transport, U.S.-flag commercial vessels must be prioritized, with specific documentation requirements for shipments, including timely submission of the ocean bill of lading to MARAD. This documentation must be provided within set timeframes based on shipment origin. All cargo, regardless of the vessel flag, must be reported to MARAD, with provisions for freight forwarders to submit information on behalf of clients, maintaining confidentiality for business-sensitive details. The document underscores the importance of utilizing U.S. carriers to support U.S. maritime interests and compliance with federal regulations. Contractors are encouraged to seek assistance from MARAD if they cannot find U.S.-flag services and are directed to specified online resources for further information. This directive reinforces the federal commitment to promoting domestic shipping services within government contracts.
Apr 10, 2025, 2:06 PM UTC
The Percy Amendment Certification Form outlines the eligibility criteria for American-owned firms participating in solicitations under the Foreign Service Buildings Act, as amended in February 2015. It mandates that competition is limited to American firms and those from countries providing equal access to U.S. firms for diplomatic construction projects. To qualify as an American-owned firm, bidders must demonstrate previous construction experience in the U.S. or at U.S. diplomatic sites and meet specific ownership criteria, such as more than 50% ownership by U.S. citizens or permanent residents, or incorporation in the U.S. for over three years with a majority of U.S. employees in key positions. Offers from qualified American firms receive a 10% competitive advantage if at least two responsive bids are submitted. The form requires detailed submission of past project information, corporate ownership confirmation, and a certification of accuracy from the bidder. This document serves to ensure compliance with the Foreign Service Buildings Act and promotes domestic participation in federal construction projects related to diplomatic facilities.
Apr 10, 2025, 2:06 PM UTC
The U.S. Department of State (DOS) issues a directive to all contractors involved in its Overseas Buildings Operations Program, emphasizing the prohibition of public disclosure regarding projects without prior written consent from the Contracting Officer. This restriction extends to all forms of media, including websites and internet platforms, and applies to all subcontractors as well. Contractors are instructed to disseminate this guidance to their teams. All materials generated during project execution are deemed the property of the U.S. Government, and publishing any project-related content requires obtaining explicit permission from DOS. Companies are also advised to remove any unapproved content from public platforms immediately. Future requests for publication should be directed to the designated DOS email address, including relevant contract details. This notice underscores the need for confidentiality and discretion in handling sensitive information related to diplomatic projects, reflecting the government's emphasis on safeguarding operational integrity and security.
Apr 10, 2025, 2:06 PM UTC
The U.S. Department of State (DOS) issued a reminder to contractors involved in Overseas Building Operations (OBO) regarding air and sea transportation requirements for government-funded projects. Contractors must adhere to clauses 52.247-63 and 52.247-64, mandating the use of U.S.-flag carriers for international air transport and U.S.-flag commercial vessels for ocean shipments. Any requests for U.S. carrier availability must be documented with a “Statement of Unavailability” if unavailable. Contractors are also required to furnish shipping documentation, including bills of lading, to the Contracting Officer Representative and the Maritime Administration (MARAD) within specified timeframes. The document emphasizes compliance with relevant U.S. federal transportation regulations and encourages the use of U.S. shipping resources. It also addresses confidentiality for business-sensitive information shared by freight forwarders. Contractors are urged to seek assistance from MARAD if U.S. ocean services are not found. The overview underscores the necessity for compliance and proper documentation in government contracts, reflecting the U.S. commitment to promoting domestic carriers in federal project logistics.
Lifecycle
Title
Type
Similar Opportunities
Design and Construction of Compound Emergency Sanctuary at Carl Schurz Siedlung for the US Consulate Frankfurt, Germany
Buyer not available
The Department of State is seeking qualified contractors for the design and construction of a Compound Emergency Sanctuary at Carl Schurz Siedlung for the US Consulate in Frankfurt, Germany. The project involves providing complete construction services, including the installation of FEBR doors and windows, hardening existing walls, and renovating facilities to accommodate necessary upgrades and storage for emergency supplies. This initiative is crucial for enhancing the safety and operational readiness of the consulate, with an estimated contract value between $1,000,000 and $5,000,000. Interested firms must express their interest by April 22, 2025, and provide required documentation to Ms. Gallone at gallonea@state.gov or Andra Balta at BaltaA@state.gov.
Worldwide Bldg. Envelope, Roofing, and Waterproofing Construction Multiple Award IDIQ Recompete (Phase I)
Buyer not available
The Department of State is seeking proposals for the Worldwide Building Envelope, Roofing, and Waterproofing Construction Multiple Award IDIQ Recompete (Phase I), with a total contract value estimated at approximately $25 million. This procurement aims to secure construction services for U.S. Embassies and Consulates globally, emphasizing compliance with stringent eligibility criteria, including security clearance standards and the requirement for contractors to be U.S. citizens or qualified joint ventures. The contract will be awarded through a competitive process, utilizing the Lowest Price Technically Acceptable (LPTA) evaluation method, with submission deadlines set for May 8, 2025. Interested parties can contact Ryan C. Edwards at Edwardsrc@state.gov for further information.
Fence Extension
Buyer not available
The U.S. Embassy in Georgetown, Guyana, is seeking qualified contractors for a construction project focused on extending the existing fence surrounding the embassy. This project is estimated to cost between $100,000 and $250,000 and will require contractors to meet specific criteria, including proficiency in English, possession of appropriate licenses, sufficient financial resources, and a clean criminal record. The contract will be awarded as a firm fixed price and may be granted based on initial offers without further discussions. Interested contractors must register in the System for Award Management (SAM) prior to submitting proposals, which should be done electronically. For further inquiries, contractors can contact Joseph R. Bengoechea at GeorgetownGSOProcurementDL@state.gov or by phone at 592-225-4900.
Design-Build Contract for New Consulate Compound in Almaty, Kazakhstan
Buyer not available
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.
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.
Construction of wall and access gates in Monrovia, Liberia
Buyer not available
The Department of State is seeking contractors for the construction of a wall and access gates at the Chief of Mission Residence in Monrovia, Liberia. The project involves building a 335-foot reinforced concrete wall, conducting soil strength tests, excavating, and installing anti-climb and vehicle access gates, along with a walkway adjacent to the wall to enhance security. This Firm Fixed-Price contract is crucial for ensuring the safety of the residence, and interested companies must submit written expressions of interest by April 19, 2025, while adhering to specific requirements including authorization to operate in Liberia and a Unique Entity Identifier. For further inquiries, potential bidders can contact Sarah Pfannkuche at Pfannkuches@state.gov.
PR15215170 WALL REPAIR DAMASCUS CONTRACT OBO ASH 1635 19RC1125Q0002
Buyer not available
The U.S. Department of State is soliciting proposals for wall repair services at the U.S. Embassy in Damascus, Syria, under solicitation number 19RC1125Q0002. The project aims to assess and enhance the structural integrity of perimeter walls, addressing significant deficiencies identified in previous evaluations, and ensuring compliance with safety standards. This initiative is crucial for maintaining the security and durability of embassy facilities, which are vital for U.S. operations abroad. Interested contractors must submit their quotations by 16:00 local time on the specified due date, and for inquiries, they can contact Yang Zhang Monteiro at madsenyz@state.gov or Ashraf Alsraikhi at ALSRAIKHIAT@STATE.GOV.
Chain Link Fence replacement at U.S. Embassy Caracas
Buyer not available
The Department of State is seeking contractors for the replacement and repair of a Chain Link Fence at the U.S. Embassy in Caracas, Venezuela. The project requires the contractor to provide all necessary labor, materials, and equipment to complete the work as specified in the forthcoming solicitation. This procurement is crucial for maintaining the security and integrity of the embassy's perimeter, with an estimated contract value between $250,000 and $500,000. Interested parties should note that the solicitation will be posted on the SAM.gov website, and they must be registered in the System for Award Management prior to submitting their proposals. For further inquiries, contractors can contact the Bogota Contracting Office via email at BogotaGSOCompras@state.gov or by phone at 576012752000.
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.
RESIDENTIAL COMMON SPACES RENOVATION FOR US MISSION, FRANCE
Buyer not available
The U.S. Department of State is preparing to solicit bids for the renovation of common spaces in two residential buildings located in Paris, France, as part of its operations at the U.S. Embassy. The project aims to enhance the living conditions for embassy personnel by updating and improving shared areas within these residential facilities. This renovation is crucial for maintaining the quality of housing provided to staff and ensuring a conducive living environment. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit their offers electronically to ParisContracting@state.gov once the solicitation is officially released, which is anticipated to occur soon. For further inquiries, potential bidders can contact Craig N. Deatrick or Jean-Charles Royer at the embassy.