SOLICITATION NOTICE
Y -- BID/BUILD ROOF REPLACEMENT CONSTRUCTION SERVICES AT THE CMR U.S. EMBASSY WELLINGTON, NEW ZEALAND
- Notice Date
- 6/27/2025 12:20:59 AM
- Notice Type
- Presolicitation
- NAICS
- 23816
—
- Contracting Office
- ACQUISITIONS - RPSO FRANKFURT WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19GE5025R0109
- Response Due
- 7/21/2025 5:00:00 AM
- Archive Date
- 07/21/2025
- Point of Contact
- Alexandra Perez Acevedo
- E-Mail Address
-
PerezAcevedoA@state.gov
(PerezAcevedoA@state.gov)
- Description
- Interested Offerors shall review pdf document attached and provide all information and checklist required The U.S Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for: BID/BUILD ROOF REPLACEMENT CONSTRUCTION SERVICES THE CHIEF OF MISSION RESIDENCE ON BEHALF OF U.S. EMBASSY WELLINGTON, NEW ZEALAND The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Bid/Build Construction Type Contract in calendar year 2025. The successful offeror shall provide complete architect and construction services, contract coordination, and supervision, including but not limited to the design, management and construction necessary to meet the requirements of this contract within the established timeframe. The United States Department of State (DOS) Bureau of Overseas Buildings Operations (OBO) has a requirement to repair and replace sections of the existing the first-floor metal roofing of the Chief of Mission Residence (CMR). Short project scope description: The residence consists of the original three-story main house with multiple additions. The focus of this scope of work is the Main Residence Roof. The addition low roofs were replaced with new hidden clip metal roof panels in April 2024. The existing main house roof assemblies are a mixture of simulated metal tile roof panels and low-sloped corrugated metal roof panels on a timber framed structure. The entrance canopy roof has an existing exposed modified bitumen membrane roof with an elastomeric coating. Rainwater gutters and downpipes are made of PVC plastic. Approximate square footage is as follows: Main House Upper Roof (Roofs �A�, �B�, �C�): 2200 sq.ft. (204 sq.m.) Main House Low Roof (Roofs �D�, �E�): 850 sq.ft. (78 sq.m.) Main House Entrance Canopy (Roof �F�): 450 sq.ft. (42 sq.m.) The General Contractor shall be responsible for the construction, completion and maintenance of the Project Works, in accordance with the tender and contract Drawings, Specifications, Bills of Quantities and Contract Conditions etc. The contractor shall also be responsible for administration, coordination, synchronization and general supervision of all matters relating to his Sub-Contractors works and other trades in accordance with the Contract Conditions to ensure that the works carried out by his Sub-Contractors are completed as required by the contract documents. Pursuant to Subpart 36.204 of the Federal Acquisition Regulation (FAR), the estimated magnitude for the entire project is between $2500,000.00 and $500,000.00 U.S. Dollars (Note: the prescribed FAR range determinations provide relatively wide ranges only, in order to give potential offerors a very general orientation as to the magnitude of the work. However, the specified range is not meant to give any indication as to the Independent Government Cost Estimate for this project, which could be at the lower or the upper end of the range indicated). Qualified companies interested in the solicitation shall express their interest by written correspondence to the attention of Ms. Alexandra Perez Acevedo at PerezAcevedoA@state.gov, no later than July 21, 2025, using the solicitation number 19GE5025R0109 the subject line. DO NOT TELEPHONE. All requests for a copy of the solicitation MUST include the following information: Name of Firm, Unique Entity Identifier (Former Dun�s #), Name, Telephone and Email Address of Point of Contact and Complete Physical and Mailing Address of Firm. The solicitation package/documents shall not be placed on Sam.gov as the document contains SBU information. Only companies submitting a letter of interest shall receive a copy of the solicitation package/documents when available. Additionally, you are required to complete and include in your expression of interest the below checklist (Page 3). All requests for the solicitation document that are submitted without the checklist, or with an incomplete checklist, will be rejected. Firms shall be knowledgeable in written and spoken English and possess all appropriate permits and licenses to perform work in New Zealand. The solicitation package will only be available in the English language. All requirements for translations will be at the expense of the Contractor. Solicitation and award will be subject to the laws and regulations of the United States of America. NOTE: Registration in the US System for Award Management (SAM) database is mandatory to be considered for award. Offerors may obtain information on registration and annual confirmation requirements via the internet at the help tab of https://www.sam.gov. The Contract Specialist for the administration of this contract is Ms. Alexandra Perez Acevedo, email perezacevedoa@state.gov. A pre-proposal conference and site visit will be determinate later on.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/26b96a75bee743b08804e4d572d52aa9/view)
- Place of Performance
- Address: Wellington, NZL
- Country: NZL
- Country: NZL
- Record
- SN07492012-F 20250629/250627230042 (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 |