Worldwide Envelope, Roofing, and Waterproofing A&E IDIQ
ID: 19AQMM25R0079_OBO_ROOFING_AE_IDIQType: Presolicitation
Overview

Buyer

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

NAICS

Engineering Services (541330)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: OFFICE BUILDINGS (C1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of State is seeking qualified architect-engineering firms for the Worldwide Envelope, Roofing, and Waterproofing Architect and Engineering (A&E) services under a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract structure. The selected contractors will provide design, engineering, and consultation services for various U.S. Consulates and Embassies globally, ensuring compliance with government standards and requirements. This initiative is particularly significant as it addresses the critical need for maintaining and enhancing the infrastructure of U.S. diplomatic facilities worldwide. Interested small businesses are encouraged to reach out to Ryan C. Edwards at Edwardsrc@state.gov for further information, noting that the award amount and number of contracts are yet to be determined, with no current deadline for proposal submissions.

    Point(s) of Contact
    Ryan C. Edwards
    Edwardsrc@state.gov
    Files
    Title
    Posted
    The document represents a federal Request for Proposal (RFP) for architectural and engineering (A&E) design services related to the OBO Roof Façade project. The solicitation, numbered 19AQMM25R0079, is initiated by the contracting office located in Charleston, SC, with the response deadline still to be determined. This initiative includes a Small Business set-aside, indicating that only small businesses are eligible to compete. The RFP outlines a Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) structure for contracts, where selected A&E Contractors will provide various services, including design, engineering, and consultation for Foreign Service Posts. Contractors must hold a Facility Clearance Level (FCL) at the Secret Level, with potential upgrades to Top Secret based on specific needs. The nature of the work demands that awardees are equipped to perform tasks worldwide, ensuring compliance and thorough execution as directed by the Contracting Officer, Ryan C. Edwards. The award amount and exact number of contracts are yet to be determined, underscoring a framework for competitive bidding to meet U.S. government needs in international contexts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    U.S. Embassy Pretoria A&E Roof Design Services 249 Carina & 325 Aries
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Pretoria, is seeking qualified architectural and engineering firms to provide design services for roof replacements at two residential properties, 249 Carina and 325 Aries, located in Waterkloof Ridge, Pretoria, South Africa. The selected contractor will be responsible for investigating the existing roof conditions, particularly addressing structural issues at 249 Carina, and developing comprehensive contract documentation in accordance with U.S. codes and standards. This project is critical for maintaining the safety and integrity of embassy facilities, ensuring compliance with relevant regulations while facilitating effective project management. Interested firms must confirm attendance for a mandatory site visit on February 11, 2025, and submit their proposals by February 14, 2025, to the designated email address. For further inquiries, contact Johann Baasden at baasdenjw@state.gov or Jenny Kriek at kriekjx@state.gov.
    Paramaribo Embassy - Paramaribo, Suriname Marine Security Guard Residence and Staff Housing
    Buyer not available
    The U.S. Department of State's Bureau of Overseas Buildings Operations is seeking qualified architect-engineer firms to provide building inspection, design review, and construction monitoring services for nine housing projects in Paramaribo, Suriname. The projects include the renovation of seven existing houses and a former hotel, as well as the construction of one new handicapped-accessible house, necessitating expertise in local building codes and standards. This procurement is crucial for ensuring quality oversight and compliance with U.S. and local regulations in government housing projects abroad. Interested firms must submit their letters of interest and statements of qualifications by February 19, 2025, to Taylor Hadfield at hadfieldtj@state.gov, and must be registered in the System for Award Management (SAM) database prior to submission.
    Multi-Disciplined Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) Contracts to Support the U.S. Army Corps of Engineers, Baltimore District and North Atlantic Division (NAD)
    Buyer not available
    The U.S. Army Corps of Engineers, Baltimore District, is seeking qualified architect-engineer firms to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts aimed at supporting various projects within the North Atlantic Division. The procurement anticipates awarding up to twelve contracts, with a target of six reserved for small businesses, to provide comprehensive A/E services, including design, planning, environmental documentation, and construction support, with a total contract capacity not exceeding $500 million. These services are crucial for the sustainment, restoration, and maintenance of military and civil works projects, ensuring compliance with federal regulations and standards. Interested firms should contact Erica Stiner or Leigha Arnold for further details, with the solicitation expected to be issued in the second quarter of FY25.
    Architect and Engineering Services IDIQ-Set Aside for Small Businesses
    Buyer not available
    The General Services Administration (GSA) is seeking qualified small businesses to provide Architect and Engineering (AE) services through Indefinite Delivery Indefinite Quantity (IDIQ) contracts, specifically set aside for small businesses. The procurement involves establishing four single-award IDIQ contracts for a base year with the option for four additional one-year periods, covering various regions across the United States and U.S. Territories. These services are critical for government projects, including design, cost management, and construction management, ensuring compliance with federal standards and sustainable practices. Interested firms must submit their proposals by February 4, 2025, and can direct inquiries to Aaron Lay at aaron.lay@gsa.gov or Shirley Rohmer at shirley.rohmer@gsa.gov.
    Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified architect-engineer firms for a Civil Works Multi-Discipline Architect/Engineer (A/E) Multiple Award Task Order Contract (MATOC). This procurement aims to identify firms capable of providing a range of engineering services as outlined in the attached Sources Sought Notice. The selected firms will play a crucial role in supporting various civil works projects, which are essential for maintaining and improving infrastructure. Interested parties should reach out to Evan Cyran at evan.m.cyran@usace.army.mil or call 410-962-6037, or contact Leigha Arnold at leigha.m.arnold@usace.army.mil or 443-749-2022 for further details.
    Architect-Engineering (A-E) Geotechnical Related Services, Seattle District (NWS), U.S. Army Corps of Engineers (USACE)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) Seattle District is seeking qualified architect-engineering firms to provide geotechnical related services for large-scale civil works projects, including dams and levees, as well as complex military and interagency projects. The procurement aims to establish an Indefinite Delivery Contract (IDC) under PL 92-582 and FAR Part 36, focusing on specialized geotechnical, seismic, and investigative expertise. This contract is crucial for supporting various Department of Defense and USACE projects requiring detailed geotechnical investigations and analyses. Interested firms must submit their capabilities statements to Kyla Couch at kyla.m.couch@usace.army.mil by the specified deadline, with an estimated contract value of approximately $10 million and a performance period expected to commence in October 2025.
    AE SBSA MATOC General Design Architect Engineering Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W074 Endist Savannah office, is seeking qualified small business firms to provide General Design Architect Engineering Services under the AE SBSA MATOC contract. The objective of this procurement is to secure professional engineering services that will support various projects, ensuring compliance with architectural and engineering standards. These services are crucial for the effective planning and execution of military construction projects, contributing to the overall mission readiness of the armed forces. Interested firms must submit their proposals by the extended deadline of February 13, 2025, and can direct inquiries to Jeremiah Scheil at jeremiah.j.scheil@usace.army.mil or Patrick Dennis at Patrick.J.Dennis@usace.army.mil for further information.
    Residential Compound Roof Replacement in Nairobi, Kenya
    Buyer not available
    The Department of State is seeking qualified contractors for the replacement of roofs on 22 type “A” townhomes at the U.S. Embassy in Nairobi, Kenya. This project, scheduled for the fourth quarter of Fiscal Year 2025, requires complete construction services, management, and coordination to meet project specifications within the designated timeline. The estimated project cost ranges from $1,000,000 to $5,000,000, and interested companies must express their interest via email to Sarah Pfannkuche by February 17, 2025, while also demonstrating authorization to operate in Kenya and providing proof of Irrevocable Letters of Credit amounting to 40% of the contract value. A pre-proposal conference and site visit will be organized, with further details provided in the solicitation package.
    Sources Sought for Architect-Engineer Planning and Design Services for Civil Works Projects (U.S. Army Corps of Engineers, Kansas City and Omaha Districts)
    Buyer not available
    The U.S. Army Corps of Engineers (USACE) is seeking qualified architect-engineer firms to provide planning and design services for civil works projects within the Kansas City and Omaha Districts. The procurement aims to identify firms capable of delivering a wide range of civil works planning and design documents, including environmental studies and specifications, to support military installations and other projects. This opportunity is significant for firms specializing in engineering services, as it involves a Multiple-Award, Indefinite-Delivery Indefinite-Quantity (IDIQ) Task Order contract with a shared capacity limit of $95 million over a potential five-year period, extendable by two years. Interested firms must submit their capabilities packages by February 26, 2025, to the primary contact, Erick Ottoson, at erick.s.ottoson@usace.army.mil.
    Global Advisory (Update)
    Buyer not available
    The Department of State is seeking qualified contractors for the Global Advisory services through a forthcoming Request for Proposal (RFP). This initiative aims to provide international advisory services, particularly focusing on enhancing peace and security in sub-Saharan Africa and improving partner nation security sector governance, with a performance period expected to last five years. The contract will be structured as a multiple-award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with a maximum of six awards across small business and full and open competition tracks. Interested parties should monitor SAM.gov for updates, as the RFP is tentatively scheduled for release in Q1 of FY25, and can reach out to primary contacts Taynelle McCloud at mccloudtl@state.gov or Todd McNelly at mcnellyrt@state.gov for further inquiries.