SOLICITATION NOTICE
Z -- Roof replacement and miscellaneous renovations on exterior walls of the U.S. Consulate General Toronto, Canada
- Notice Date
- 7/15/2025 1:14:16 AM
- Notice Type
- Presolicitation
- NAICS
- 238160
— Roofing Contractors
- Contracting Office
- ACQUISITIONS - RPSO FRANKFURT WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19GE5025R0122
- Response Due
- 7/30/2025 6:00:00 AM
- Archive Date
- 08/14/2025
- Point of Contact
- ANDRA BALTA, Ms. Gallone
- E-Mail Address
-
BaltaA@state.gov, gallonea@state.gov
(BaltaA@state.gov, gallonea@state.gov)
- Description
- The Regional Procurement Support Office, Frankfurt provides the following Pre-Solicitation Notice regarding the issuance of a Request for Proposal (RFP) for: Roof replacement and miscellaneous renovations on exterior walls of the U.S. Consulate General Toronto, Canada The Regional Procurement Support Office in Frankfurt, Germany, intends to issue a Firm Fixed-Price Construction type contract during the third quarter of calendar year 2025. 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 U.S. Consulate General Toronto, Canada has a requirement for roof replacement and miscellaneous renovations on exterior walls of the existing Consulate Office Building located in Toronto, Canada. Work includes, but is not limited to, the following: 1. Roof Replacement: a. Removal and disposal of existing wooden deck. b. Removal of existing single ply roof membrane, insulation, and related materials down to deck. c. Removal of abandoned pipe penetrations and housekeeping pads and repairing openings in the deck. d. Installation of two-ply modified bitumen roof membrane on concrete deck; installation of a prefabricated drain board with integral filter fabric, 100mm (4- inch) thick extruded polystyrene insulation, filter fabric, and precast concrete pavers. e. Installation of polyisocyanurate insulation, cover board, and two-ply modifie bitumen roof membrane on penthouses. f. Installation of new stainless steel flashings at select penetrations. g. Installation of new liquid-applied flashings at penetrations. h. Installation of membrane flashings and counter flashings at roof curbs and walls. i. Installation of sheet metal cap flashing at roof perimeters. j. Installation of sheet metal counter flashings at rise walls. k. Installation of new supports for roof-top piping and ducts. 2. Exterior Wall Repairs: a. Repair spalled/fractured areas in brick, stone, and granite elements. b. Repair fractured stone window headers. c. Replace disbonded/deteriorated mortar in masonry construction. d. Install sealants at penetrations in stone, granite, and brick veneer. e. Replace sealants at perimeters of openings and exterior joints between finishes f. Install sealants at penetrations in exterior walls. g. Repair/seal cracks in masonry construction. h. Perform tuckpointing of deteriorated/disbonded mortar in brick veneer. i. Replace deteriorated sealant in joint at wall-to-sidewalk. j. Power wash and seal stone, granite, and brick veneer. The magnitude of this project is anticipated to be between $1,000,000 and $5,000,000. Companies interested in the solicitation should express their interest by written correspondence, no later than July 30, 2025, at the following email addresses baltaa@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. Please do not telephone. Firms shall be knowledgeable in written and spoken English. 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. 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 Canada. 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. If you have been SAM* registered, please include below. Please note that the requirement to be SAM registered, will be a mandatory requirement upon contract award. UEI number: _______________________ SAM Registered: ( ) Yes ( ) No * 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f8ab9e3a1f7343088dffd4c65c29aebc/view)
- Place of Performance
- Address: CAN
- Country: CAN
- Country: CAN
- Record
- SN07509860-F 20250717/250715230046 (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 |