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
    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
    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.
    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.
    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.
    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.
    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.
    Similar Opportunities
    DRAFT Statement of Work- Fort Belvoir Roofing SATOC IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The project involves comprehensive roofing tasks, including installation, repair, sealing, and replacement of roofs on various buildings, ensuring they remain watertight and compliant with safety and industry standards. This procurement is crucial for maintaining the integrity of Army facilities and involves a projected budget between $10 million and $25 million over a five-year period, with potential extensions. Interested contractors should contact Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further details, and are advised to monitor Sam.gov for updates on the solicitation, which is expected to be released by November 2024.
    USCG REGIONAL MULTIPLE AWARD CONSTRUCTION CONTRACT (RMACC III)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals for the Regional Multiple Award Construction Contracts (RMACC III), which will establish up to ten Indefinite Delivery Indefinite Quantity (IDIQ) contracts for construction services across various regions in the United States. The contracts aim to fulfill a wide range of construction, maintenance, and repair needs for DHS facilities, with task order limits generally ranging from $2,000 to $20 million, and an anticipated aggregate capacity of $4 billion. These contracts will be set aside for specific small business socioeconomic programs, and the scope of work includes general construction, marine construction, demolition, and historical restoration, utilizing both Design-Build and Design/Bid/Build methods. Interested contractors must submit their proposals by the revised deadlines, which vary by region, with some due dates extending into early 2026. For further inquiries, potential offerors can contact Cheryl Berry at Cheryl.A.Berry@uscg.mil or John Wright at john.wright@uscg.mil.
    FY26 Design Build / Design Bid Build General Construction East Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers Charleston District, is seeking qualified small businesses for a Design Build/Design Bid Build General Construction Multiple Award Task Order Contract (MATOC). This procurement aims to establish a 100% Small Business Set-Aside Indefinite Delivery, Indefinite Quantity (IDIQ) contract with a total capacity of $350 million, intended for various construction projects within the Charleston District. The contract will encompass a three-year base ordering period with an option for an additional two years, allowing for task orders ranging from the simplified acquisition threshold up to $25 million. Proposals must be submitted electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module by December 9, 2025, and interested parties can reach out to Michael Stiltner at michael.s.stiltner@usace.army.mil or by phone at 843-329-8045 for further information.
    PR11337424-JOFOC_Mat-Elastomeric Roof Coating
    Buyer not available
    The Department of State is seeking suppliers for elastomeric roof coating material, specifically SIKALASTIC 560, intended for the treatment of parking canopies at the Embassy compound in Islamabad, Pakistan. This procurement aims to enhance the durability and weather resistance of the roofing structures, which are critical for maintaining the integrity of the embassy facilities. Interested vendors can reach out to Syed Muhammad Taqi at taqism@state.gov or Jason Inslee at IslamabadGSOProcurement@state.gov for further details. The contract is part of ongoing maintenance efforts, and potential suppliers are encouraged to inquire promptly.
    Installation of Interior Staircase
    Buyer not available
    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.
    USPFO Hazardous Material Building Repair
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting proposals from qualified contractors for the repair and refurbishment of the Hazardous Material Building at the United States Property and Fiscal Office (USPFO) in Kingshill, Virgin Islands. The project includes tasks such as the installation of new metal roll-up doors and roof panels, solar-powered lighting, concrete repairs, exterior repainting, and the replacement of hazardous material signage, all of which must comply with federal and territorial building codes. This opportunity is particularly significant as it involves a total estimated award amount of $45,000,000 and is set aside for small businesses, specifically Women-Owned Small Businesses (WOSB). Interested contractors should contact CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or call 340-712-7868 for further details, and all work must be completed within 90 calendar days of the Notice to Proceed.
    IDIQ for Roofing in the PWD Pennsylvania AOR
    Buyer not available
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide roofing repair and replacement services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract for various sites in Pennsylvania. The contract will encompass comprehensive roofing maintenance, including hazmat testing and remediation, at three specific Navy locations: the Philadelphia Naval Business Center, Naval Support Activity Philadelphia, and Naval Support Activity Mechanicsburg. This procurement is crucial for maintaining the integrity and safety of Navy facilities, with an estimated contract value between $10 million and $25 million over a five-year period, including a minimum guarantee of $5,000 for the initial task order. Interested contractors must register in the System for Award Management (SAM) and can expect the Invitation for Bid to be issued around December 12, 2025; inquiries should be directed to Brittany Cristelli at brittany.cristelli@navy.mil.
    Roof Fall Protection Systems Services
    Buyer not available
    The Department of Defense, through the Washington Headquarters Services (WHS), is soliciting proposals for Roof Fall Protection Systems Services at the Pentagon. This contract encompasses the inspection, repair, and certification of existing fall protection systems, including Horizontal Lifeline (HLL) and Beam and Trolley (B&T) systems, with a focus on ensuring compliance with stringent safety regulations and federal building codes. The contract will be structured as a Firm-Fixed-Price (FFP) with optional Indefinite-Delivery Indefinite-Quantity (IDIQ) provisions for repairs, and it is crucial for maintaining safety standards within the Pentagon's operational environment. Interested vendors must attend a mandatory site visit on December 4, 2025, submit questions by December 10, 2025, and provide completed proposals by January 7, 2026. For further inquiries, vendors can contact Keisha Simmons at keisha.simmons@whs.mil or Bianca Betancourt at bianca.l.betancourt.ctr@mail.mil.
    Independent Building Inspection Services PR15720825
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Independent Building Inspection Services for the Jupiter Rising housing complex in Pretoria, South Africa. The objective of this procurement is to assess both known and unknown deficiencies in five newly constructed houses to ensure they meet U.S. Government Technical Requirements for residential occupancy. This inspection is critical for determining whether to remediate the properties or consider alternative actions, such as selling them. Interested parties must confirm attendance at a compulsory site meeting scheduled for December 15, 2025, and submit their proposals via email to the designated contacts. All bidders must be registered in the System for Award Management (SAM) and comply with the National Defense Authorization Act (NDAA) requirements regarding telecommunications and video surveillance equipment.
    DESIGN BUILD CONSTRUCTION SERVICES FOR PRE-FABRICATED CONTAINERS AT GUAYAQUIL PORT, ECUADOR
    Buyer not available
    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.