Worldwide Bldg. Envelope, Roofing, and Waterproofing Construction Multiple Award IDIQ Recompete (Phase I)
ID: 19AQMM25R0006_Worldwide_Roofing_Construction_SolicitationType: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 22, 2025, 12:00 AM UTC
  3. 3
    Due May 8, 2025, 5:00 PM UTC
Description

The Department of State is seeking proposals for the Worldwide Building Envelope, Roofing, and Waterproofing Construction Multiple Award IDIQ Recompete (Phase I), aimed at enhancing the quality and security of U.S. diplomatic facilities globally. This procurement is specifically set aside for small businesses and requires contractors to meet stringent eligibility criteria, including U.S. citizenship and relevant project experience, as outlined in the Omnibus Diplomatic Security and Antiterrorism Act of 1986. The contract, valued at approximately $25 million, will be awarded based on a competitive process with task orders ranging from $1 million to $8 million, emphasizing cost-effectiveness and technical compliance. Interested parties must submit their proposals by May 8, 2025, and can direct inquiries to Ryan C. Edwards at Edwardsrc@state.gov.

Point(s) of Contact
Ryan C. Edwards
Edwardsrc@state.gov
Files
Title
Posted
Apr 22, 2025, 8:06 PM UTC
The document outlines the parameters for a federal Indefinite Delivery Indefinite Quantity (IDIQ) contract with a ceiling cost of approximately $25 million for each contractor. The aim is to award multiple contracts, with an initial base period of one year followed by up to four optional one-year extensions. Task orders under this contract are anticipated to range from $1 million to $8 million, varying due to diverse global locations. Furthermore, every task order will be issued on a competitive basis, employing the Lowest Price Technically Acceptable (LPTA) evaluation method. This approach reinforces the government's commitment to ensuring cost-effectiveness and technical compliance in its procurement processes. Overall, the document provides essential insights into the contracting strategy and evaluation criteria for prospective bidders in the federal space.
Apr 22, 2025, 8:06 PM UTC
The document outlines a U.S. government Request for Proposal (RFP) related to an Indefinite Delivery Indefinite Quantity (IDIQ) contracting opportunity focusing on building envelope, roofing, and waterproofing construction. It indicates that the set-aside is for small businesses without preferential treatment for specific socio-economic categories such as HUBZone or Woman-Owned firms. Contract values and project quantities are uncertain, as they depend on budgetary needs and specific repairs required. Contractor awards are anticipated by September, with evaluation criteria for past performance to be defined in the second phase of proposals. Additionally, required certifications and documentation for legal organization in the U.S. are clarified, emphasizing the necessity for relevant attachments. The document aims to address various questions from potential offerors to facilitate the proposal submission process while ensuring compliance with regulations relevant to federal contracts. The responses direct offerors to existing documents for further guidance on specific inquiries.
Apr 22, 2025, 8:06 PM UTC
The U.S. Department of State (DOS) is seeking proposals for a Design-Build Contract for Worldwide Building Envelope, Roofing, and Waterproofing Construction Services, valued at approximately $25 million. This full and open competition follows the Omnibus Diplomatic Security and Antiterrorism Act of 1986, and includes two phases: Phase I focuses on Minimum Mandatory Requirements (MMRs) to determine eligibility, while Phase II invites submissions from eligible firms for technical and pricing proposals. Eligible contractors must meet security clearance standards, specifically possessing a Secret facility security clearance, and hold active registration on SAM.gov. Phase I submissions must demonstrate compliance with MMRs, including relevant experience on comparable projects and qualifications. Those deemed “conditionally eligible” may receive sponsorship for security clearance. Submission deadlines are set for May 8, 2025, with clear guidelines for electronic proposals. The contract covers construction services for U.S. Embassies and Consulates globally. This procurement highlights the government's initiative to enhance the quality and security of its diplomatic facilities while adhering to stringent eligibility criteria to safeguard national interests.
The document provides a comprehensive guide for individuals and organizations submitting project proposals under the FY 2025 requirements, emphasizing qualifications related to U.S. citizenship and legal status as defined by the Omnibus Diplomatic Security and Antiterrorism Act of 1986. It outlines necessary certifications for potential bidders, including completion of specific qualifications and documentation, such as proof of incorporation, principal place of business, and past relevant project experience. The guidelines require at least one principal organization in a joint venture to meet U.S. person criteria, and emphasize the importance of employing U.S. citizens in management and supervisory roles. Misrepresentation can lead to disqualification or legal repercussions. The intent is to ensure that federal contracts are awarded to eligible U.S. persons or qualified joint ventures, underscoring national security interests. The document's structure includes sections detailing certifications needed, definitions of relevant terms, and required attachments to establish eligibility for participation in federal project bidding.
Apr 22, 2025, 8:06 PM UTC
The U.S. Department of State (DOS) emphasized the prohibition of public information release related to its Overseas Buildings Operations Program without written consent from the Contracting Officer. This rule extends to all contractors and subcontractors engaged in DOS projects, effectively safeguarding sensitive project details, including photographs and documents. Contractors are required to inform all involved subcontractors of these restrictions and ensure all generated materials are the exclusive property of the U.S. Government. Any unauthorized public content must be reported immediately for review, and future requests for publication should be submitted for approval prior to dissemination. The DOS underscores the importance of discretion regarding project-related matters to protect national interests and maintain confidentiality. This notice serves as a vital reminder for compliance with project confidentiality protocols within government contracting.
Apr 22, 2025, 8:06 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 and privately owned U.S.-flag commercial vessels for ocean shipments. If U.S. services are unavailable, contractors must submit a "Statement of Unavailability" with related payment requests. For ocean shipments, contractors are required to submit a documented bill of lading to both the Contracting Officer Representative and the Maritime Administration (MARAD) within specified timeframes based on shipment origin. All shipments, whether on U.S.-flag or foreign-flag vessels, must be reported to MARAD, with freight forwarders allowed to handle submissions on behalf of contractors while maintaining confidentiality of business-sensitive information. The document emphasizes compliance with national shipping preferences to support U.S. carriers and outlines the assistance available from MARAD when needed. This guidance reflects federal priorities in transportation logistics for government contracts.
Lifecycle
Title
Type
Similar Opportunities
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.
19AQMM24R0159 - Special Project Coordination AE IDIQ
Buyer not available
The U.S. Department of State is seeking qualified architectural and engineering firms to provide comprehensive services for various international locations through the Special Project Coordination AE IDIQ contract. This procurement aims to enhance the Department's capabilities in architectural and engineering projects, responding to a Request for Proposals (RFP) that closed on December 15, 2024, with eight submissions received. Following the completion of Stage 2 of the procurement process, five firms have been shortlisted to advance: Hellmuth Obata & Kassasbaum, P.C. (Washington, DC), Mark Cavagnero Associates (San Francisco, CA), Moore Ruble Yudell Architects & Planners (Santa Monica, CA), Morphosis Architects (Culver City, CA), and Richard & Kennedy Architects (Phoenix, AZ). For further inquiries, interested parties may contact Lenny Le at lelt@state.gov or Gloria Paul at PaulG2@state.gov.
Windows and shutters renovation in an US Mission residence
Buyer not available
The U.S. Department of State is soliciting proposals for the renovation of windows and shutters at the Chief of Mission's Residence in Paris, France. This project focuses on historic preservation, requiring contractors to restore architectural elements while adhering to strict guidelines for the treatment of historic materials, including careful demolition and documentation. The contract will be awarded to the lowest priced technically acceptable offeror, with a firm completion timeline of 60 days post-award, and proposals are due by May 5, 2025. Interested contractors must be registered in the SAM database and can submit their offers electronically to ParisContracting@state.gov, with a site visit scheduled for April 17, 2025, to facilitate proposal preparation.
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, and support structures. The procurement emphasizes compliance with the Colombian Seismic Resistance Code and requires contractors to manage logistics such as transportation and accommodations for workers, while ensuring adherence to rigorous safety and quality standards throughout the project lifecycle. This initiative is crucial for enhancing U.S. law enforcement capabilities and infrastructure in Colombia, with a maximum contract value of $50 million over its duration. Interested parties 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.
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.
FACILITIES OPERATIONS AND MAINTENANCE (O&M) SERVICES
Buyer not available
The Department of State is seeking contractors to provide Operations and Maintenance (O&M) Facilities Management services for its domestic portfolio, which includes over 40 buildings and facilities across the United States. The services required encompass a wide range of responsibilities, including fire and life safety, electrical systems, HVAC, energy management, environmental compliance, plumbing, janitorial services, and grounds maintenance, all aimed at ensuring safe and sustainable work environments. This procurement is critical to supporting the Department's mission and maintaining operational efficiency in its facilities. Interested contractors should note that the opportunity is set aside for 8(a) small businesses, and they must provide five past performance references, with specific criteria outlined for evaluation. For further inquiries, potential Offerors can contact Kiara Jackson at jacksonkd1@state.gov or Ryan Edwards at edwardsrc@state.gov.
NEC EXTERIOR FACADE & WINDOWS CLEANING
Buyer not available
The U.S. Department of State is seeking qualified contractors to provide exterior façade and windows cleaning services for the U.S. Embassy in Bujumbura, Burundi, through a Request for Quotations (RFQ) numbered 19BY7025Q0011. The contract aims to establish a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) agreement, focusing on maintaining the aesthetic and functional integrity of the Embassy's facilities, with services required twice a year to comply with warranty standards. Interested bidders must meet specific criteria, including submission of a Standard Form 1449, pricing details, and proof of registration in the System for Award Management (SAM), with quotations due electronically by May 26, 2025. For further inquiries, potential bidders can contact the Bujumbura Procurement Section at BujProcurement@state.gov or by phone at 257-222-07000.
Global Advisory Request for Proposals (RFP)
Buyer not available
The U.S. Department of State is soliciting proposals for the Global Advisory Request for Proposals (RFP), aimed at providing advisory and technical support services globally, particularly in logistics and cybersecurity for regions such as Coastal East Africa and the Balkans. The procurement seeks qualified contractors to enhance national security strategies through capability assessments, work plans, and advisory services, emphasizing the importance of experienced personnel in military logistics and cybersecurity. This initiative aligns with U.S. foreign policy goals and aims to foster regional stability and security through effective partnerships. Interested parties must submit their proposals by May 6, 2025, at 14:00 EDT, and can direct inquiries to Taynelle McCloud at mccloudtl@state.gov or Andrew Lawson at lawsonar@state.gov.
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.
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.