DESIGN/BUILD FLOATING DOCK AT MANTRA PORT, ECUADOR ON BEHALF OF INL - U.S. EMBASSY QUITO
ID: 19GE5025R0078Type: Presolicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - RPSO FRANKFURTWASHINGTON, DC, 20520, USA

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

ARCHITECT AND ENGINEERING- CONSTRUCTION: RADAR AND NAVIGATIONAL FACILITIES (C1BC)
Timeline
    Description

    The Department of State is seeking qualified contractors to design and build a floating dock at Manta Port, Ecuador, on behalf of the International Narcotics and Law Enforcement Affairs Office (INL). The project aims to enhance the operational capabilities of the U.S. Embassy in Quito by facilitating the rapid maritime mobilization of 38-foot vessels. The selected contractor will be responsible for providing a complete design-build solution, including all necessary design, construction services, and compliance with the Statement of Work and conceptual drawings. The estimated project cost ranges between $250,000 and $500,000, and interested firms must express their interest by May 15, 2025, by contacting Ms. Alexandra Perez Acevedo at PerezAcevedoA@state.gov, ensuring they include their Unique Entity Identifier and SAM registration status in their correspondence.

    Point(s) of Contact
    Alexandra Perez Acevedo
    PerezAcevedoA@state.gov
    Files
    Title
    Posted
    The U.S. Consulate General in Frankfurt has issued a Pre-Solicitation Notice for a Request for Proposal (RFP) regarding the design and construction of a floating dock on behalf of the International Narcotics and Law Enforcement Affairs Office (INL) at Manta Port, Ecuador. The project seeks a Firm Fixed-Price Design/Build contract to facilitate the operations of the U.S. Embassy in Quito by enabling rapid maritime mobilization of vessels. The contractor will be responsible for all aspects, including design, construction services, and compliance with the provided Statement of Work and conceptual drawings. The estimated project cost ranges between $250,000 and $500,000. Interested companies must express their intention to participate by May 15, 2025, and must include specific details in their correspondence, such as their Unique Entity Identifier and SAM registration status. A pre-proposal conference will be scheduled for those who show interest. Contractors are to ensure they comply with Ecuadorian regulations for business operations, including obtaining necessary authorizations and financing guarantees. The solicitation documentation will solely be distributed to companies that submit a letter of interest due to the sensitive nature of the content.
    Similar Opportunities
    BID/ BUILD REFURBISHMENT OF COURTROOMS FOR THE NATIONAT COURT OF JUSTICE U.S EMBASSY QUITO, ECUADOR
    State, Department Of
    The Department of State is seeking qualified contractors for the refurbishment of courtrooms at the National Court of Justice (NCJ) located at the U.S. Embassy in Quito, Ecuador. This project, under Solicitation No. 19GE5026R0018, involves the design and construction of two criminal hearing rooms, two witness rooms, a press room, two deliberation rooms, and eight restroom facilities, along with an audio-video control room, with an estimated contract value between $500,000 and $800,000. The refurbishment is crucial for enhancing the functionality and efficiency of judicial proceedings at the NCJ. Interested firms must express their interest in writing to Abdelhakim Dyane at dyanea@state.gov by January 16, 2026, and must meet specific requirements, including English proficiency, Ecuadorian operating permits, and registration in the U.S. System for Award Management (SAM).
    Construction-NUWCDIVNPT B6 Dock Leveling Project
    Dept Of Defense
    The Department of Defense, through the Naval Undersea Warfare Center Division Newport (NUWCDIVNPT), is soliciting proposals for the B6 Dock Leveling Project in Newport, Rhode Island. This construction project aims to address specific leveling requirements for the dock, which is crucial for operational efficiency and safety. Contractors interested in this opportunity must have an active registration in SAM.gov and can request access to detailed drawings and specifications, which are necessary for preparing their proposals. For further inquiries, interested parties may contact Michael Ouellette at michael.n.ouellette.civ@us.navy.mil. This solicitation is set aside for small businesses, and the relevant solicitation number is N6660426R0060.
    USCGC GEORGE COBB DS FY 26
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals from qualified contractors for dockside repair services for the USCGC GEORGE COBB (WLM 564) as part of the FY 2026 maintenance schedule. This procurement, identified by RFQ70Z08526QIBCT0011, requires a Firm Fixed Price Definitive Contract and emphasizes the importance of technical capability and past performance over price in the evaluation process. The scope of work includes various repair and maintenance tasks, such as fire prevention, inspection of hydraulic systems, and cleaning of exhaust piping, all critical for maintaining the operational readiness of the vessel. Interested parties must submit their proposals via email by January 9, 2026, with an anticipated award date of February 17, 2026. For further inquiries, contact Ou Saephanh at Ou.T.Saephanh@uscg.mil or Sandra Martinez at Sandra.A.Martinez@uscg.mil.
    DOCKSIDE: USCGC JOSEPH TEZANOS FY26 DS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dockside repair services for the USCGC Joseph Tezanos in San Juan, Puerto Rico, under the solicitation number 70Z08026QPBPL0012. The procurement involves comprehensive maintenance and repair tasks, including overhauling critical components, cleaning, and preserving various systems on the vessel, with a performance period scheduled from April 27, 2026, to May 5, 2026. This opportunity is vital for ensuring the operational readiness and longevity of the cutter, which plays a crucial role in maritime safety and security. Interested parties must adhere to the total small business set-aside requirements and are encouraged to contact Christiana Rolack or LaToya Sorrell for further details, with proposals due by the specified deadline.
    3389 LCHD-ESS Special Notice - Draft Specification
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE), is soliciting proposals for the design, construction, testing, and delivery of a new Large Class Hopper Dredge (LCHD-ESS) to replace the aging ESSAYONS. The procurement aims to develop a vessel with a 6,500 cubic yard capacity, diesel-electric power, and azimuthing thruster propulsion, which must meet stringent performance requirements for dredging in challenging conditions while adhering to various regulatory standards, including those from ABS and CARB. This dredge will primarily operate on the West Coast, with key operational locations including the Columbia River and San Francisco, and is essential for maintaining navigable waterways. Interested contractors should direct inquiries to Michael J. Hunter at michael.hunter@usace.army.mil or Domenic Sestito at Domenic.L.Sestito@usace.army.mil, with proposals due by the specified deadlines.
    TEGUC - Prefabricated Mezzanine Installation
    State, Department Of
    The U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the design, supply, delivery, and installation of a prefabricated mezzanine system at an INL Warehouse. This project requires compliance with U.S. industrial standards, including OSHA and ANSI, and encompasses all structural components, access features, flooring, safety railings, and necessary base preparation. The contract will be a firm-fixed-price type, with delivery expected within 45 days of award, and quotations are due by January 5, 2026, following a site visit on December 15, 2025. Interested contractors must register in the SAM database and submit their offers electronically, adhering to specified formatting requirements. For further inquiries, contact Edward Ortiz or Clinton Jerez at TguBids@state.gov.
    WHARF BRAVO, NAVAL AIR STATION PENSACOLA, FLORIDA.
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command Southeast, is seeking qualified contractors for the Wharf Bravo recapitalization project at Naval Air Station Pensacola, Florida. This sources sought announcement aims to identify potential offerors capable of performing design-bid-build construction to repair and modernize Wharf Bravo and its associated utilities, ensuring continued operational support for U.S. Coast Guard missions. The project includes significant structural repairs, upgrades to mooring and fender systems, replacement of utility services, and improvements to pavement and drainage systems, with a contract value estimated between $25 million and $100 million. Interested parties must submit their capability statements by December 18, 2025, to Deborah Torrence at deborah.d.torrence2.civ@us.navy.mil, with a focus on demonstrating relevant experience and qualifications.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dry-dock repair services for the USCG STA CURTIS BAY (45661) vessel, located in Baltimore, MD. The procurement aims to identify commercial services capable of performing comprehensive repairs, including inspections, ultrasonic testing, hull plating, and engine alignment, to be conducted at the contractor's dry dock facility. This opportunity is critical for maintaining the operational readiness of the vessel and ensuring compliance with safety standards. Interested parties must respond to the Sources Sought Notice by December 18, 2024, and provide company details, certification documents, a service delivery plan, and evidence of past performance. For further inquiries, contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960, or Janet M. Delaney at Janet.M.Delaney@uscg.mil or 757-628-4353.
    USCGC KANKAKEE (WLR 75500) FY26 Dry Dock Availability
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide dry dock availability services for the USCGC KANKAKEE (WLR 75500) during FY26. The procurement involves comprehensive dockside repairs, including hull inspections, propulsion system overhauls, and preservation tasks, all in accordance with specified regulations and standards. This contract is crucial for maintaining the operational readiness of the vessel, with a performance period anticipated from March 10, 2026, to May 19, 2026. Interested contractors must submit their proposals by January 6, 2025, and can direct inquiries to Jerrod Gonzales or Sandra Martinez via email.
    Dry-Dock: USCG STA APRA HARBOR (45762) FY26 DD
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide dry-dock repair services for the USCG Station Apra Harbor (45762) RB-M, located in Santa Rita, Guam. The procurement aims to identify sources capable of fulfilling the agency's requirements for a firm-fixed-price contract with an anticipated performance period of 91 calendar days in FY26. This opportunity is critical for maintaining the operational readiness of the vessel, which has geographical restrictions limiting transit to within 320 nautical miles of its station, although contractors outside this range may still be considered with additional cost factors. Interested parties must submit their qualifications, including company details and past performance, by December 19, 2025, to Regina Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil.