Basement Water Leakage Abatement, US Embassy London
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: May 25, 2023 10:31 am EDT
- Original Response Date: Jun 09, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1AZ - MAINTENANCE OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- Place of Performance: GBR
Description
Basement Water Leakage Abatement, US Embassy London, UK
The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction IDIQ type contract during the third quarter of calendar year 2023.
The successful contractor shall provide complete construction services, contract coordination, and supervision, including but not limited to the management and construction necessary to meet the requirements of the contract within the established timeframe.
The US Embassy, London proposes to employ a specialist Contractor to repair the water ingress into the plant rooms and parking garage at the below grade basement floor of US Embassy, London. The work shall start in the Generators room, Pond Equipment room and Boilers room. If the repair work, that the Contractor has carried out in the aforementioned areas, is satisfactory, the work may be continued in the other areas of the basement.
The work on the repair project generally includes the following:
1. Chemical grout injection at the following locations:
- The interface between the diaphragm wall and mat slab.
- The interface between the pond wall and basement floor.
- Cracks and construction joints in the mat slab and basement floor.
- Isolated cracks in the diaphragm wall and other locations with leaks.
2. Cutting and grinding to create water collection channels where conflicts or access constraints preclude grout injection. Forming collection chancels above slab is an option if the slab cutting is not possible.
The estimated length of the seams to be treated are as follows:
- Pond Equipment Room: 107 lm
- Generator Room: 116 lm
- Boiler Room: 69 lm
- Parking Garage: 190 lm
- Main Plant Room: 39 lm
The magnitude of this project is anticipated to be between $250,000 and $500,000 U.S. Dollars for the entire project.
Companies interested in the solicitation should express their interest by written correspondence, no later than Friday, June 9, 2023, at the following email addresses machendd@state.gov and MUST include the following information: Name of Firm, Name, Telephone, Email Address of Point of Contact and Complete Physical and Mailing Address of Firm. DO NOT TELEPHONE.
Firms shall be knowledgeable in written and spoken English.
APPLICATION FOR SOLICITATION DOCUMENTATION CHECK LIST
In applying for the solicitation material, you are acknowledging that your company can 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. A thorough description as to what steps you have taken to investigate all requirements to obtain authorization to perform in the given country,
b. Details of your findings and a description of what your organization will be required to undertake to obtain licensing, and
c. 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 perform work in the UK. Any entry or work visa issues requirements must be clearly discussed with a plan to mitigate any risk clearly identified.
Irrevocable Letters of Credit (ILOC): The successful contractor will be required to provide the government with surety in the form of Irrevocable Letters of Credits totaling 40% of the value of the contract.
Contract award can only be made to a contractor who is registered in the System for Award Management (SAM).
Please provide your 12-character alphanumeric Unique Entity Identifier when applying to participate in this procurement action.
UEI number: ______________________
System for Award Management: https://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 solicitation package/documents shall not be placed on SAM.gov. Only companies submitting a letter of interest and complete “Application for Solicitation Document” check list attached hereto may receive a copy of the solicitation package/documents when available
Attachments/Links
Contact Information
Contracting Office Address
- US DEPT OF STATE, 2201 C ST NW
- WASHINGTON , DC 20520
- USA
Primary Point of Contact
- David Machen
- machendd@state.gov
Secondary Point of Contact
History
- Aug 11, 2023 11:55 pm EDTSolicitation (Original)
- Jun 24, 2023 11:56 pm EDTPresolicitation (Original)