Phase I Overseas Roofing IDIQ Recompete
ID: 19AQMM25R0006_OBO_Roof_RecompeteType: Solicitation
Overview

Buyer

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

NAICS

Roofing Contractors (238160)

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 qualified contractors for the Phase I Overseas Roofing IDIQ Recompete, focusing on roofing replacement services for Overseas Building Operations. This procurement aims to establish a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) contract, which will facilitate various task orders related to roofing and waterproofing at Foreign Service Posts worldwide, with a minimum expected value of $10,000 and a maximum of $25 million over five years. Contractors must adhere to specific requirements, including the use of U.S.-flag carriers for transportation and compliance with the Omnibus Diplomatic Security and Antiterrorism Act, while demonstrating relevant experience and financial capability. Interested parties must submit their qualifications by January 11, 2025, and can contact Ryan C. Edwards at Edwardsrc@state.gov or Peter Allen at allenpj@state.gov for further information.

    Point(s) of Contact
    Ryan C. Edwards
    Edwardsrc@state.gov
    Files
    Title
    Posted
    The document is an amendment to a procurement solicitation associated with the U.S. Department of State, specifically identified as contract ID 19AQMM25R00. Issued by the Office of Acquisition Management, the amendment seeks to clarify conditions and extend the timeline for submitting offers. Contractors are instructed on how to acknowledge receipt of this amendment, emphasizing the importance of timely responses to prevent rejection of their offers. The document also specifies that all other terms and conditions of the initial solicitation remain active and unchanged unless stated otherwise in the amendment. The purpose of this amendment aligns with facilitating government contracting processes, ensuring clarity and compliance among bidders, while maintaining the integrity of the original solicitation framework.
    The document is a response to inquiries regarding a Request for Proposals (RFP) for a government project. Key topics addressed include submission deadlines, eligibility criteria for Joint Ventures (JVs), and documentation requirements for financial assurance and project experience. Due to the original deadline falling on a weekend, the response submission date has been extended to January 17, 2025. The government emphasizes the need for contractors to demonstrate relevant past experience and financial capability, with specific guidelines on how to document these qualifications. It clarifies that if a JV is formed, the majority partner (U.S. Person) must complete the required submissions and meet compliance criteria. The document also outlines the role of facility clearances and specifies that JVs must document financial resources contributed by both partners. Overall, the responses aim to clarify eligibility, documentation processes, and compliance requirements, ensuring that prospective contractors understand the expectations for submitting proposals. This guidance is essential for ensuring compliance with government standards for federal grants and contracts.
    The U.S. Department of State (DOS), through the Bureau of Overseas Buildings Operations (OBO), is soliciting submissions for a multiple award Indefinite Delivery/Indefinite Quantity (IDIQ) construction contract focused on building envelope, roofing, and waterproofing services at Foreign Service Posts worldwide. This contract comprises a base year with four optional years, allowing the government to award various task orders, with a minimum of $10,000 expected over the contract's duration and a limit of $25 million over five years. The prequalification process has two phases: Phase I requires submission of qualifications and relevant project experience for firms to demonstrate expertise. Firms must meet specific criteria related to the Omnibus Diplomatic Security and Antiterrorism Act of 1986, with a focus on U.S. Person bidders. Phase II will follow for those prequalified, requesting detailed technical and pricing proposals. Important requirements include U.S. personnel for certain services, a Secret Facility Clearance, and compliance with relevant building codes. All submissions must be received by January 11, 2025, via electronic means. The solicitation emphasizes rigorous evaluation of safety, management, and technical capacities of contractor submissions to ensure high-quality outcomes in overseas construction services.
    The document outlines required certifications for bidders seeking pre-qualification under Section 402 of the Omnibus Diplomatic Security and Antiterrorism Act of 1986 (Public Law 99-399). It specifies that "U.S. persons" or "qualified U.S. joint venture persons" must satisfy various eligibility criteria to compete for government contracts. The offeror must complete eight certifications, which include providing information about the organization's legal status, principal place of business, years of incorporation, previous project experience, business volume, employment statistics for U.S. citizens, and existing technical and financial resources. It also emphasizes the necessity of accurate documentation to substantiate qualifications for contractors engaged in administrative or construction services for U.S. projects or diplomatic facilities abroad. Additionally, joint ventures must demonstrate that U.S. persons own at least 51% of the venture’s assets. By signing the document, the offeror affirms the accuracy of their claims and acknowledges the penalties for false representations, thereby underscoring the significance of transparency and compliance in the proposal process.
    The U.S. Department of State's Bureau of Overseas Buildings Operations (OBO) issues a reminder to all construction, design, and engineering contractors regarding the handling and dissemination of sensitive project information. The document prohibits any public release of information related to DOS projects without prior written approval from the Contracting Officer, including photographs and mentions on company websites. This directive extends to all subcontractors engaged in these projects. Additionally, all materials produced under these projects are considered the exclusive property of the U.S. Government. Contractors are urged to ensure that their employees and subcontractors maintain high levels of discretion concerning project-related information. If any unauthorized project-related content is found online, it must be reported immediately to designated contacts for review. Future publication requests should be submitted in advance for approval. This notice underscores the importance of information security and compliance within DOS initiatives.
    The U.S. Department of State (DOS) has issued a reminder to all contractors involved in Overseas Building Operations (OBO) regarding the necessity of using U.S.-flag carriers for international transportation under federal contracts. Contractors and subcontractors must adhere to specific clauses that require the use of U.S.-flag air carriers, as per clause 52.247-63 and the Fly America Act, unless a "Statement of Unavailability of U.S.-Flag Air Carrier" is provided. Similarly, for ocean shipments, contractors must follow clause 52.247-64, which emphasizes the use of privately owned U.S.-flag commercial vessels. Documentation such as the onboard rated ocean bill of lading must be submitted to both the Contracting Officer Representative and the Maritime Administration (MARAD) within designated time frames. Additionally, all government-impelled ocean cargo must be reported regardless of the vessel's flag. Freight forwarders can submit sensitive documents on behalf of clients to ensure confidentiality. For any assistance or clarification, contractors are advised to contact the designated COR or Contracting Officer. This guidance reinforces the commitment to U.S. cargo preference laws in government contracting processes.
    Lifecycle
    Title
    Type
    Solicitation
    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 qualified contractors for a Firm Fixed Price Indefinite Delivery-Indefinite Quantity (IDIQ) contract for roofing services at Fort Belvoir, Virginia. The contract encompasses maintenance, repair, sustainment, and minor construction tasks aimed at ensuring the watertight integrity of various facilities, with an emphasis on compliance with local policies, safety standards, and industry codes. The anticipated project cost ranges between $10 million and $25 million, with a duration of five years, potentially extendable by six months, and the solicitation is expected to be released by November 2024, with awards projected by July 2025. Interested contractors can reach out to Melanie Palmas at melanie.d.palmas.civ@army.mil or Douglas Buffington at Douglas.D.Buffington.civ@Army.mil for further information.
    DEPARTMENT OF STATE WORLDWIDE FACILITY MAINTENANCE SUPPORT SERVICES (FMSS)
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Worldwide Facility Maintenance Support Services (FMSS) for approximately 290 U.S. Embassies and Consulates globally. The procurement aims to ensure the safety, security, and functionality of around 20,500 properties through a range of services, including engineering support, project coordination, and facility management. This contract, structured as an indefinite-delivery, indefinite-quantity agreement with a ceiling price of $50 million, is crucial for maintaining operational integrity in international diplomatic environments. Interested parties should contact Jose Vasquez at vasquezj4@state.gov or call 202-445-3759 for further details, with proposals due by the specified deadlines.
    Construction services for the replacement or roof repairs at U.S. Embassy Phnom Penh, Cambodia
    Buyer not available
    The Department of State is seeking qualified contractors to provide construction services for roof replacement and repairs at the U.S. Embassy in Phnom Penh, Cambodia. The project encompasses various structures, including the New Office Building, New Office Annex, Marine Security Guard Quarters, and Access Control facilities, with an estimated contract value between $500,000 and $1,000,000. This procurement is critical for maintaining the integrity and safety of embassy facilities, ensuring compliance with regulatory standards throughout the construction process. Interested firms must express their interest by March 21, 2025, and are required to demonstrate operational authorization in Cambodia, proficiency in English, and financial capability to secure letters of credit equivalent to 40% of the contract value. For further inquiries, contact Mr. Colum Mullan at MullanPC@state.gov or by phone at +49 697 535 3341.
    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, kennels, and warehouses. The contract will span a base period of 12 months with four optional one-year extensions, allowing for a maximum funding limit of $50 million throughout its duration. This initiative is critical for supporting U.S. interests and operations in Colombia, ensuring compliance with local regulations and safety standards while enhancing law enforcement infrastructure. Interested contractors 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.
    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.
    Department of State 2025 Construction for Muscat, Oman Compound Security Upgrades Request for Information-Market Research
    Buyer not available
    The Department of State is seeking qualified businesses to provide construction services for security upgrades at its compound in Muscat, Oman, as part of a Request for Information (RFI) aimed at market research. The project, estimated at $25 million, focuses on enhancing facility security through upgrades to access control and compliance with Diplomatic Security standards, necessitating special personnel security clearances due to its sensitive nature. The Department encourages submissions from small, women-owned, and veteran-owned businesses registered in the System for Award Management (SAM), with evaluations based on past experience, financial stability, and logistical capabilities. Interested parties must submit their responses via email by April 10, 2025, to the designated government personnel, with the understanding that this RFI is for planning purposes only and does not guarantee future solicitation.
    Embassy Solar System Maintenance Service Contract
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide maintenance services for the solar photovoltaic systems at the U.S. Embassy in Djibouti through the Embassy Solar System Maintenance Service Contract (RFQ 19DJ1025Q0002). The primary objective is to ensure the optimal functioning of solar panels and inverters, which includes preventive maintenance, cleaning, and emergency repairs, adhering to strict safety and quality standards. This contract is crucial for maintaining the reliability and efficiency of the embassy's energy systems, supporting its operational needs in Djibouti. Interested contractors must submit their quotations by March 24, 2025, following a mandatory pre-quotation conference on March 17, 2025, and should contact Jesse C. Flowers at flowersjc@state.gov for further inquiries.
    POST-WIDE MAINTENANCE, REPAIR, RECONSTRUCTION, DEMOLITION, REPLACEMENT, AND/OR INSTALLATION, OF A WIDE VARIETY OF ROOFING SYSTEMS DIRECTORATE OF PUBLIC WORKS
    Buyer not available
    The Department of Defense, specifically the Army's Directorate of Public Works, is soliciting proposals for a firm-fixed-price contract focused on the maintenance, repair, reconstruction, demolition, replacement, and installation of various roofing systems at Aberdeen Proving Ground, Maryland. This opportunity is categorized as an 8(a) set-aside under NAICS Code 238160, with a size standard of $19 million, and is intended to ensure the upkeep and functionality of critical infrastructure. The contract will span a five-year base period with a potential six-month extension, emphasizing the importance of safety compliance, quality control, and relevant past performance in the evaluation process. Interested bidders must submit their proposals by April 7, 2025, and can direct inquiries to Debora Cristina Cardoso Thelen at debora.c.cardosothelen.civ@army.mil or Barbara Cousins at barbara.d.cousins.civ@army.mil.
    ROOF REPLACEMENT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for a roof replacement project at Base Boston located in East Moriches, New York. This procurement is set aside for small businesses under the Total Small Business Set-Aside program, and it falls under the NAICS code 238160, which pertains to Roofing Contractors. The project is crucial for maintaining the integrity and safety of the facility, ensuring that it meets operational standards. Interested contractors can reach out to Marketplace Support at marketplacesupport@unisonglobal.com or call 877-933-3243 for further details regarding the solicitation process.
    U.S. Embassy Malabo - Building Facade Assessment
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Malabo, is seeking qualified contractors to conduct a building façade assessment and design services as outlined in RFQ 19EK2025R0002. The primary objective is to assess and provide design solutions for replacing deteriorating wood façades of several embassy buildings with more durable materials, ensuring compliance with U.S. standards and maintaining aesthetic integrity. This procurement is critical for enhancing the durability of embassy facilities while adhering to strict quality control and security requirements. Quotations are due by March 19, 2025, and interested parties must submit their proposals electronically, including a completed SF-1449 form, pricing details, and proof of registration in the System for Award Management (SAM). For further inquiries, contact Deanna L. Rector at RectorDL@state.gov or Andres E. Ariri at Ariri-EbongA@state.gov.