SOLICITATION NOTICE
Y -- Early Site Package (ESP) for the New Embassy Compound in Bangui, Central African Republic (CAR)
- Notice Date
- 4/9/2025 10:35:24 AM
- Notice Type
- Presolicitation
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM25R0017
- Response Due
- 4/18/2025 12:00:00 PM
- Archive Date
- 04/18/2025
- Point of Contact
- Alla Weinstein, Isaac Karto
- E-Mail Address
-
weinsteinal@state.gov, kartoig@state.gov
(weinsteinal@state.gov, kartoig@state.gov)
- Description
- THE U.S. DEPARTMENT OF STATE (DOS), Bureau of Overseas Buildings Operations (OBO) is seeking high quality firms experienced in complex Design/Build construction projects for the design and construction of an Early Site Package for the New Embassy Compound in Bangui, CAR. This project is available for full and open competition. Continuing a legacy of outstanding diplomatic architecture, OBO seeks to commission the most highly qualified constructors to create facilities of outstanding quality and value. Project Description � (Secret Facility and Personnel Security Clearances NOT Required) 19AQMM25R0017, Design Build of an Early Site Package (ESP) for the New Embassy Compound in Bangui, Central African Republic (CAR) Property Description: The ESP contractor in Bangui, Central African Republic shall construct a secure site perimeter complete with Main Campus Access Control (MCAC) and Service Campus Access Control (SCAC). The total facility area for the entire project is estimated at 450 GSM. The existing US Embassy and other facilities, located on a separate compound, will remain in operation during the Design/Build construction project. The ESP site includes a 14-acre parcel known as the �Independence� Property. The Independence parcel is a mostly rectangular shaped, generally cleared site, that contains an underground storage tank and utilities requiring demolition and/or relocation to accommodate new development. The site fronts a major north-south thoroughfare along one of only three existing paved roads in Bangui and on the most prominent commercial corridor in the city. It also has a common wall with the Police Commissariat on the southern wall. The ESP site sits close to the CAR National Assembly, the international financial center, Bangui�s sole high-end hotel, and municipal office buildings. Project Scope: The ESP project scope includes the design/build construction of the following: Perimeter Wall Two Campus Access Control buildings- Main (MCAC Service (SCAC) Temporary Facilities Site Grading and Drainage Underground Storage Tank (UST) Removal and Remediation Remediation of wall adjacent to the Police Commissariat Approximate construction cost: $50 � 70 million 2. Project Solicitation The project solicitation will be available on the Department of State ProjNet System around the mid-May 2025. High Quality Firms with the proven capabilities and past performance that wish to participate in this solicitation shall submit a letter of interest in writing to Alla Weinstein at weinsteinal@state.gov and Isaac Karto at kartoig@state.gov by email no later than April 7, 2025. All submissions must be in English language. The letter of interest shall include all the following information below: Project Name: 19AQMM25R0017, Design Build of an Early Site Package (ESP) for the New Embassy Compound in Bangui, Central African Republic (CAR) Company Name: Company Address: Company UEI (Unique Entity Identifier) number from SAM.gov: Company Telephone Number: Contact Person: Name, E-Mail Address, and Telephone Number Full name, nationality, date and place of birth, citizenship, and position/title of the following individuals: All individuals having ownership of the firm All key officers of the firm All key officers who will work on this project A listing of all major projects in which the firm was involved during the past 3 years A listing of all projects involving the firm outside of the country in which the firm is based, for the past 5 years. Contractor's base country and base country identification number, if any. Eligible firms will be provided key codes and a link to the ProjNet (www.projnet.net) Plan Room and Bidder Inquiry be used to access the respective Unclassified and Sensitive But Unclassified (SBU) solicitation information. The Solicitation will include a statement of work, standards, and criteria for the project that set out the project scope, design requirements, design process, design documentation, design expertise, construction process, post-construction activities, reference drawings and specifications, codes and standards, and security requirements. The selected D/B Contractor�s Architect/Engineer will be the �Designer of Record� and responsible for completing the construction drawings and specifications in accordance with the solicitation documentation provided. The contract will be �firm fixed-price.� Construction services will include providing construction labor and materials to execute the OBO-accepted design; on-site organization with management to ensure overall project coordination; and overall control throughout the life of the project. Required services include preparation of construction documents, quality control plans, safety plans, project schedules, cost estimates, and project close-out activities. The types of design services to be provided may include: architecture; civil, structural, geotechnical, blast, mechanical, electrical, telecommunication, and fire protection engineering; physical and technical security; vertical transportation; lighting design; landscape design; design and construction scheduling; cost estimating; value engineering; and administrative coordination of the various disciplines involved. Additionally, the successful offeror may be required to have an approved local design consultant. The RFP will require the D/B contractor to complete all design and engineering documents based on the project specific design direction that will be provided in the RFP design requirements. The Government will provide bridging level design documents that will include, at a minimum, a site utilization plan; building massing and exterior elevations; space and requirements standards, organizational relationships, space requirements program; building utilities and infrastructure design; and supporting narratives, where applicable. The RFP will require offerors to address the following criteria in the proposal to provide design and construction services: management of a large complex project; schedule management; logistics management to include site and transportation security; safety; and adherence to integrated design and design quality. Section 11 of the Foreign Service Buildings Act of 1926, as amended, (22 U.S.C. 302), known as the �Percy Amendment,� applies to the projects described in this announcement. The act provides a 10% price preference to American-owned firms as defined in the Act on any Department of State contract when the project is estimated to exceed $5,000,000.� The Percy Amendment also requires exclusion of firms from countries that exclude U.S. firms from their diplomatic construction projects. The requirements of the Act will be applied to all proposals received. Offeror will be required to complete and submit as part of its offer the �Percy Amendment Certification Form."" (The form is attached to this SAM.gov announcement and may be obtained from the DOS Contract Specialist listed at the end of this notice.) If a joint venture is formed, the company having 51 percent or greater interest in the JV must be the one completing the form. Sufficient information should be provided in the Certifications and attachments thereto to determine Offeror status under the Percy Amendment, but the Department reserves the right to consider other information in the proposal submission or to obtain clarifications or additional information from the Offeror. To demonstrate performance of similar construction work for Percy Amendment purposes, offerors will need to provide information demonstrating that it has successfully completed in the United States or at a U.S. diplomatic or consular mission a construction contract or subcontract involving work of the same general type and complexity as the solicited project and having a contract or subcontract value of at least 35% of the low-end estimated value of the solicited project ($19,500,000.00). The value of the work provided to demonstrate successful completion of work of the same general type and complexity as the subject project will not be adjusted for inflation or any other market forces. A site visit is planned for June 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6470c03bd88e46eea2ee110f8be3fef3/view)
- Place of Performance
- Address: Bangui, CAF
- Country: CAF
- Country: CAF
- Record
- SN07402595-F 20250411/250409230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |