19AQMM25R0188 CAA Annex to the Nairobi, Kenya Embassy Compound
ID: 19AQMM25R0188Type: Solicitation
Overview

Buyer

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

NAICS

Commercial and Institutional Building Construction (236220)

PSC

CONSTRUCTION OF OFFICE BUILDINGS (Y1AA)
Timeline
    Description

    The U.S. Department of State is soliciting proposals for Design-Build Construction Services to create a new Controlled Access Area (CAA) Annex at the Embassy Compound in Nairobi, Kenya. This project, which is part of the Bureau of Overseas Buildings Operations (OBO), involves constructing a 12,500 GSM facility with six levels, including essential offices, meeting rooms, and security enhancements, in compliance with the Omnibus Diplomatic Security and Antiterrorism Act. The estimated construction cost ranges from $175 million to $250 million, and interested contractors must demonstrate relevant past performance, possess a Defense Counterintelligence and Security Agency (DCSA) Secret facility clearance, and be registered in SAM.gov. Proposals are due by April 7, 2025, and inquiries can be directed to primary contact Jose Vasquez at vasquezj4@state.gov or secondary contact Blondell Taylor at taylorbk2@state.gov.

    Point(s) of Contact
    Blondell Taylor
    taylorbk2@state.gov
    Files
    Title
    Posted
    The document outlines the Statement of Qualifications for entities seeking eligibility under Section 402(a) of the Omnibus Diplomatic Security and Antiterrorism Act of 1986, relevant to U.S. government contracts. It specifies the requirements that a "United States person" or a qualified U.S. joint venture must fulfill to receive statutory preference in federal solicitations. Key certifications include proof of incorporation or legal organization in the U.S., the principal place of business, operational continuity for over five years, experience in similar projects, and employment of U.S. citizens in management and supervisory roles. Each certification must be supported by specific documentation and attachments, emphasizing that misrepresentation may lead to disqualification and legal consequences. The document reinforces that eligibility assessments will rely solely on the submitted qualifications and cautions against including unrelated corporate affiliations. This framework is crucial for aligning with federal contracting standards and ensuring compliance with national security regulations during the bidding process. The detailed structure aims to facilitate clarity and thoroughness in submissions for potential contractors aspiring to work on U.S. government-funded projects.
    The U.S. Department of State (DOS) is seeking proposals for a Design-Build contract to construct a new Controlled Access Area (CAA) Annex at the U.S. Embassy in Nairobi, Kenya. The project, which is subject to security requirements under the Omnibus Diplomatic Security and Antiterrorism Act, comprises a 12,500 GSM structure with six levels and essential offices, meeting rooms, and security improvements. The acquisition process is divided into two phases: Phase I focuses on Minimum Mandatory Requirements (MMRs) for eligibility, while Phase II will solicit technical and pricing proposals from qualified bidders. Eligible and conditionally eligible offerors must demonstrate past performance on similar projects valued over $100 million, possess a Defense Counterintelligence and Security Agency (DCSA) Secret facility clearance, and maintain active registration in SAM.gov. The estimated construction cost ranges between $175 - $250 million. The proposal submission deadline is April 7, 2025, with required electronic submission guidelines provided. This solicitation underlines the U.S. government's commitment to secure its diplomatic facilities while allowing competitive participation from qualified U.S. constructors.
    The U.S. Department of State's Bureau of Overseas Buildings Operations (OBO) has issued a notification to construction, design, and engineering contractors regarding the protocols for public release of information pertaining to DOS projects. The key directive is that any public dissemination of project details requires explicit written approval from the Contracting Officer, which includes all forms of media such as photographs or postings on websites. This restriction extends not only to prime contractors but also to all subcontractors, ensuring that sensitive project information is safeguarded against unauthorized release. Contractors are instructed to promptly report any unapproved project-related content currently published online and must seek prior approval for any future publications. All materials produced under DOS projects are deemed the property of the U.S. Government and should remain confidential, emphasizing the need for discretion in handling sensitive data related to diplomatic projects. This document underscores the importance of compliance in maintaining the security and integrity of operations under the DOS’s auspices, highlighting the stringent controls over project-related information. Overall, the guidance reinforces the government's commitment to protecting sensitive information in the context of federally funded projects, aligning with broader objectives of security and confidentiality in governmental operations.
    The U.S. Department of State (DOS) issued a notice to contractors supporting Overseas Building Operations (OBO) programs, emphasizing compliance with U.S. flag carrier transportation requirements as outlined in contract clauses 52.247-63 and 52.247-64. Contractors and their subcontractors are mandated to utilize U.S.-flag air carriers for international air transport and privately owned U.S.-flag vessels for ocean cargo shipments. If no U.S. carrier is available, a "Statement of Unavailability" must be submitted. Documentation requirements include submitting a legible copy of an onboard rated ocean bill of lading for each shipment to the Contracting Officer Representative and the Maritime Administration (MARAD) within specified timeframes. Furthermore, all government-impelled ocean cargo, regardless of the vessel flag, must be reported to MARAD, along with appropriate documentation. The memo highlights the importance of adhering to these regulations to ensure proper transportation practices and maintain compliance with federal laws. Contractors are encouraged to consult MARAD for assistance in locating U.S.-flag ocean services and to refer to the Federal Acquisition Regulation for complete clauses and information. This guidance underscores the government’s commitment to promoting U.S. business interests in international shipping and transportation sectors.
    Lifecycle
    Title
    Type
    Similar Opportunities
    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.
    DOS Domestic Light Construction Multiple Award IDIQ Requirement
    Buyer not available
    The Department of State (DOS) is preparing to issue a presolicitation notice for a Domestic Light Construction Multiple Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract aimed at executing a variety of construction, repair, and renovation projects across DOS facilities in the United States. This contract will encompass a wide range of activities, including site work, structural elements, architectural finishes, and specialized tasks such as asbestos abatement and lead paint removal, with the potential for time-sensitive disaster assistance. The acquisition is set aside for total small businesses, and while the solicitation number is 19AQMM26R0012, the closing response date has yet to be determined. Interested parties can reach out to Ryan C. Edwards at Edwardsrc@state.gov or Meghan Klipfel (Knapp) at KlipfelME@state.gov for further information.
    Overseas Guard Services Abuja/Lagos, Nigeria
    Buyer not available
    The U.S. Department of State is seeking a qualified contractor to provide Overseas Guard Services in support of the U.S. Mission in Abuja and Lagos, Nigeria. The contractor will be responsible for ensuring a secure environment for U.S. personnel and property, preventing unauthorized access, and deterring potential terrorist threats, as outlined in the Performance Work Statement. This contract is critical for maintaining the safety and operational integrity of U.S. diplomatic missions abroad. Interested parties must submit their proposals by December 10, 2025, and can direct inquiries to Chantal A. Guetat at guetatca@state.gov or Jenel A. Charles at Charles.JA6@state.gov.
    Gardening Services
    Buyer not available
    The U.S. Department of State is preparing to solicit proposals for gardening services at the U.S. Embassy in Copenhagen, Denmark, which includes the Marine House, Chief of Mission Residence, and Deputy Chief of Mission’s Residence. The contract will cover a base year with four optional one-year extensions, contingent upon government approval, and requires vendors to possess the necessary licenses and permits to operate in Denmark, including compliance with local tax regulations. This opportunity is significant as it supports the maintenance of embassy grounds, ensuring a welcoming environment for diplomatic activities. Interested contractors must register in the System for Award Management (SAM) and are encouraged to submit their quotations electronically, adhering to the specified guidelines, with further details to be provided during a pre-quotation conference. For inquiries, contact Kevin M. Phillips or Ulrika Madsen at CopenhagenContracts@state.gov.
    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.
    TEGUC - Prefabricated Mezzanine Installation
    Buyer not available
    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.
    CCTV Installation
    Buyer not available
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for the installation of a CCTV system at a U.S. Government property. The project requires bidders to be technically qualified and financially responsible, meeting specific criteria such as SAM registration, English proficiency, and local licensing, with non-Bahamian companies needing to register to do business in The Bahamas and obtain a Bahamian TIN. This installation is crucial for enhancing security measures and involves supplying all necessary labor, materials, and equipment, while adhering to various federal and international codes and standards. Interested contractors must attend a site visit on December 17, 2025, and submit their proposals by December 29, 2025, with all inquiries directed to Deana Nelson at NelsonDA@state.gov.
    Construction Manager as Constructor (CMc) Requirement for a New Land Port of Entry (LPOE), Coburn Gore, Maine
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for Construction Manager as Constructor (CMc) services for a new Land Port of Entry (LPOE) in Coburn Gore, Maine, with an estimated project cost between $125 million and $135 million. The selected contractor will provide advisory services during the design phase and act as the general contractor under a Guaranteed Maximum Price (GMP) arrangement, ensuring compliance with federal standards and sustainability goals. This project is critical for enhancing operational capabilities and security at the border, with a focus on modernizing existing facilities to accommodate increased traffic. Proposals are due by December 17, 2025, and interested parties should contact James M. Adamo at james.adamo@gsa.gov or Michele Valenza at michele.valenza@gsa.gov for further information.
    Annual Landscaping Services
    Buyer not available
    The U.S. Embassy in Nassau, The Bahamas, is seeking proposals for annual landscaping and grounds maintenance services at a U.S. Government property. The procurement requires vendors to be technically qualified and financially responsible, with specific requirements including SAM registration, NDAA compliance, and a Bahamian TIN for non-Bahamian companies. The services will encompass comprehensive lawn care, pruning, pest control, and hurricane preparations, with a mandatory site visit scheduled for December 2, 2025, and proposals due by January 6, 2026, at 3:00 PM. Interested vendors should contact Deana Nelson at NelsonDA@state.gov for further details and ensure compliance with extensive insurance and security requirements outlined in the solicitation documents.
    Maintenance of Elevators at US Embassy Building - Pristina
    Buyer not available
    The U.S. Department of State is seeking qualified contractors for the maintenance of elevators at the U.S. Embassy building in Pristina, Kosovo. This procurement is a pre-solicitation notice for a Request for Quotation (RFQ) regarding a commercial item, with the contract anticipated to be a firm fixed-price type covering a base year and four optional one-year periods. The maintenance services are crucial for ensuring the operational efficiency and safety of the embassy's facilities. Interested contractors must be registered in the System for Award Management (SAM) database and can submit their offers electronically or via hard copy by the response deadline of January 16, 2026, at 15:00 LT. For further inquiries, contact Thed Ball at balltb@state.gov or Burim Buza at BuzaBM@state.gov.