Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2025 SAM #8488
SOLICITATION NOTICE

Y -- Construction services for the replacement or roof repairs at U.S. Embassy Phnom Penh, Cambodia

Notice Date
2/20/2025 3:29:12 AM
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
ACQUISITIONS - RPSO FRANKFURT WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
19GE5025R0052
 
Archive Date
03/21/2025
 
Point of Contact
Mr. Colum MULLAN, Phone: 4906975353341, Alexandra Perez Acevedo
 
E-Mail Address
MullanPC@state.gov, PerezAcevedoA@state.gov
(MullanPC@state.gov, PerezAcevedoA@state.gov)
 
Description
PRE-SOLICITATION NOTICE Solicitation No.: 19GE5025R0052 The U.S Consulate General, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for: Construction services for the replacement or roof repairs at U.S. Embassy Phnom Penh, Cambodia including the existing New Office Building (NOB), low roof areas and canopies, New Office Annex (NOX) low roof areas and canopies, Marina Security Guard Quarters, (MSGQ) and Main Compound Access Control facility (CCAC), and service Compound Access Control facility (SCAC) roofs. The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction Type Contract during the second or third quarters of fiscal year 2025. The successful offeror shall provide complete construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of this contract within the established timeframe. The successful offeror shall perform all required construction services including furnishing all labor, material, equipment, and services required to complete the construction for replacement or repairs of roofs, at the U.S. Embassy Phnom Penh Un behalf of Post and Overseas Buildings Operations [OBO] has a requirement for maintenance and repairs on the existing New Office Building (NOB) low roof areas and canopies, New Office Annex (NOX) low roof areas and canopies, Marine Security Guard Quarters (MSGQ) roof, and the Main Compound Access Control (MCAC), Consular Compound Access Control (CCAC), and Service Compound Access Control (SCAC) roofs. B. The NOB low roofs & canopies, NOX low roofs & canopies, MSGQ, & CAC buildings have a two-ply modified bitumen roof system, tapered to roof drains by loose-laid insulation over sloped concrete decking. The proposed M&R includes, but is not limited to, the following: 1. Remove and dispose of existing roofing, flashings, and sheet metal down to concrete deck. 2. Remove abandoned curbs and penetrations. 3. Remove existing overflow scuppers. 4. Clean and repair deck to exposed concrete. 5. Installation of tapered concrete fill to create cants to existing roof drain locations 6. Installation of 25 new drain inserts. 7. Installation of 11 new overflow scuppers at appropriate drainage locations. 8. Installation of two-ply bituminous membrane on existing concrete deck. 9. Installation of new flashings at penetrations, curbs, walls, and perimeters, inclusive of mockups as specified. 10. Installation of a slip sheet, drainage course, insulation, filter fabric, and concrete pavers in protected membrane roof (PMR) configuration. 11. Install new sheet metal coping and fascia system. 12. Temporary rerouting of existing conduits and piping on roof. 13. Apply elastomeric coating, primer and finish coats, on exposed concrete and modified bitumen pad and curb surfaces. 14. Apply acrylic coating on exposed concrete parapet surfaces between counterflashing and coping. 15. Reseal existing stone copings. 16. Install new backer rod and sealant in between stone coping joints and apply clear stone sealer. 17. Paint miscellaneous ferrous metals, including drain strains, goosenecks, dunnage, ladders, etc. Provide all necessary materials for the successful completion of this roof maintenance and repair project of the following compound roofs: 1. NOB Northern & Eastern low roof 3,000 sf 2. NOB Northern Canopy 375 sf 3. NOB Eastern Canopy 820 sf 4. NOB Southern Canopy 650 sf 5. NOX Low Roof 3,700 sf 6. NOX Canopies 1,350 sf 7. MSGQ Roof 6,250 sf 8. MCAC Roof 2,000 sf 9. CCAC Roof 850 sf 10. SCAC Roof 4,100 sf Total: 23,095 SF Pursuant to Subpart 36.204 of the Federal Acquisition Regulation (FAR), the estimated magnitude for the entire project is between $500,000.00 and 1,000,000.00 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 Mr. Colum Mullan at MullanPC@state.gov, no later than March 21, 2025, using the solicitation number 19GE5025R0052 in 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 number, 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�s as the document contains SBU information. Only companies submitting a letter of interest shall receive a copy of the solicitation package/documents when available. The solicitation package will only be available in the English language. All requirements for translations will be at the expense of the Contractor. Additionally, you are required to complete and include in your expression of interest the below checklist. 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 construction work in Cambodia. A pre-proposal conference and site visit shall be tentatively scheduled for April or May 2025, details of which will be provided to interested offerors with the solicitation package. APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST SOLICITATION NO. 19GE5025R0052 COMPANY NAME: _________________________________ In checking the boxes of this check listing, you are acknowledging that your company is able to reach compliance with the following highlighted requirements included in the solicitation. In accordance with DOSAR 652.242-73 AUTHORIZATION AND PERFORMANCE (AUG 1999 it will be necessary for your organization to possess authorization to operate and do business in the country in which this contract will be performed. Contractors shall be required to provide: A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the given country, Details of your findings and a description of what your organization will actually be required to undertake to obtain licensing, and Specific information concerning the period of time you anticipate it will take to obtain appropriate authorization. You will be required to provide information that clearly shows you are able to work in the country of Cambodia any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified. The US Government will not provide any assistance with Visas. Irrevocable Letters of Credit (ILOC): You shall show by way of a letter from a financial institution that your company will be provided with ILOCs totaling 40% of the value of the contract. The amounts being approved by your bank will need to be written into the documentary proof. If you have a Unique Entity Identifier* and have been SAM** registered, please include below. Please note that the requirement to obtain a Unique Entity Identifier and for your company to be SAM registered, shall be a mandatory requirement before contract award. Unique Entity Identifier: ________________ SAM Registered: ( ) Yes ( ) No * Unique Entity Identifier: www.sam.gov ** System for Award Management: www.sam.gov The failure to provide the above documentation when submitting your proposal may result in your proposal being found technically unacceptable and removed from the competition without further discussions. Solicitation and award will be subject to the laws and regulations of the United States of America. This requirement is being competed utilizing full and open competition procedures. The Contract Specialist for the administration of this contract is Mr. Colum Mullan, email MullanPC@state.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/80af3889e82f4a4090c8cf59cd7344f5/view)
 
Place of Performance
Address: Phnom Penh, KHM
Country: KHM
 
Record
SN07348142-F 20250222/250220230034 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.