Back to browse
DC Solicitation

Remediation Services

Department of State — Department of State

Solicitation Number PR16006360
Posted Date May 13, 2026
Due Date Jun 2, 2026
Estimated Value Not specified
NAICS Codes 562910
Place of Performance Conakry

Description

United States Department of State — General Services Section — Conakry, Guinea — May 13, 2026 — PUBLIC NOTICE SOLICITATION NO: PR16006360 — PSC CODE : S211 NAICS CODE : 562910 – Remediation Services — SECTION 1. BACKGROUND — The U.S. Embassy in Conakry, Guinea, requires professional contractor services to restore the functionality of a stormwater retention pond that has been compromised by overgrown vegetation and accumulated soil deposits. — SECTION 2. OBJECTIVE — The contractor shall remove overgrown vegetation and excavate accumulated soil from the stormwater retention pond to restore its water retention capacity. The excavated soil shall be reused for landscaping maintenance within the Embassy compound. — SECTION 3. SITE SPECIFICATIONS — 3.1 Pond Dimensions and Description — Pond Dimensions: Approximately 10m x 15m (150 square meters) Excavation Depth: Up to 3 meters below existing surface Site Configuration: The pond is fenced on all sides with roadway access to the west and south — 3.2 Site Access — • — Primary access for equipment and vehicles is available via a gate on the South side. There are roadways on the west and south sides of the pond. — • — The contractor shall coordinate all equipment entry and exit through these access points. — • — Fencing surrounds the pond on all sides; contractor shall ensure fencing integrity is maintained or restored to original condition. — SECTION 4. SCOPE OF WORK — The contractor shall perform the following tasks: — 4.1 Site Preparation — • — Conduct a site assessment and coordinate with the Embassy's Facilities Management team prior to commencing work — • — Establish appropriate safety perimeters and signage around the work area — • — Protect adjacent landscaping, fencing, roadways, and infrastructure during operations — • — Coordinate equipment access — • — Protect existing fencing or repair any damage caused during operations — • — Note location of overhead power lines nearby and have appropriate safety measure in place to avoid contact — 4.2 Vegetation Removal and Disposal — • — Remove all overgrown weeds and vegetation and two tree stumps from the retention pond area (approximately 150 square meters) as directed by the Contracting officer representative, COR. — • — Dispose of vegetation debris in accordance with local regulations and Embassy requirements — • — Select trees on site are to be maintained, with a 1meter radius of soil around them, to be marked and identified during a site visit — 4.3 Soil Excavation — • — Excavate accumulated soil deposits to a depth of up to 3 meters below the existing high point across the entire pond area. Ensure excavation achieves the required depth to restore the pond's water retention capacity — • — Use appropriate equipment to prevent damage to the pond's structural integrity, surrounding fencing, and adjacent roadways — • — Estimated soil volume to be excavated: approximately/up to 400 cubic meters — 4.4 Soil Relocation — • — Transport excavated soil to a designated site within the Embassy compound until site capacity is reached, any additional soil to be hauled away to contractors off site location. (Embassy dumpsite entrance gate measures 2.7m wide x 3.3m high) — • — Distribute soil as directed by Embassy Facilities Management for future landscaping use — • — Ensure soil is deposited in a manner that facilitates easy access for landscaping operations — • — Prevent soil spillage on roadways during transport; clean any spillage immediately — 4.5 Site Restoration — • — Grade the pond bottom to ensure proper water flow and retention — • — Repair or restore any fencing damaged during operations — • — Clean west and south roadways of any soil, debris, or equipment marks — • — Remove all equipment, debris, and materials from the work site — • — Restore work areas to a clean and safe condition — SECTION 5. DELIVERABLES — • — Completed excavation of stormwater retention pond to specified depth (up to 3 meters below existing surface) — • — Removal of all vegetation and debris from pond area — • — Relocation of excavated soil to designated Embassy compound location — • — Restored or repaired fencing as needed — • — Clean roadways (west and south sides) free of debris — • — Clean and restored work site — SECTION 6. PERIOD OF PERFORMANCE — The contractor shall complete all work within 14 calendar days from the date of contract award or issuance of a Notice to Proceed. — SECTION 7. PLACE OF PERFORMANCE — All work shall be performed at the U.S. Embassy compound in Conakry, Guinea. — SECTION 8. CONTRACTOR REQUIREMENTS — 8.1 Qualifications — • — Demonstrated experience in excavation and earthmoving operations — • — Ability to operate heavy equipment safely and efficiently in confined areas with fencing, overhead powerlines and public roadway constraints — • — Experience with deep excavation projects (at least 3 meters depth) — 8.2 Equipment — The contractor shall provide all necessary equipment, including but not limited to: — • — Excavators or backhoes capable of reaching up to 3 meters depth and maneuvering over slopes and within fenced area — • — Dump trucks or hauling equipment that can fit through a gate measuring 2.7m wide x 3.3m high for soil transport — • — Hand tools for vegetation removal and finishing work — • — Safety equipment and materials — • — Road cleaning equipment (brooms, shovels) to maintain roadway cleanliness — 8.3 Personnel — • — All personnel must comply with Embassy security requirements and obtain necessary clearances — • — Personnel must have appropriate training and certifications for equipment operation — • — A qualified site supervisor must be present during all work operations — SECTION 9. GOVERNMENT-FURNISHED PROPERTY/SERVICES — The U.S. Embassy shall provide: — • — Access to the work site within the Embassy compound — • — Designation of the soil deposit location for landscaping use — • — Utilities (water, electricity) as available and necessary — • — Security clearance processing for contractor personnel — SECTION 10. SAFETY AND SECURITY REQUIREMENTS — • — The contractor shall comply with all Embassy security protocols and procedures — • — All personnel must undergo security screening and obtain Embassy access authorization — • — The contractor shall implement appropriate safety measures, including shoring and slope stabilization as needed for excavation work — • — The contractor shall provide and require use of personal protective equipment (PPE) for all workers — • — Work shall be conducted in accordance with local safety regulations and best international practices — • — The contractor shall maintain safe conditions on roadways during equipment movement, utilizing road cones, high visibility vets, etc. — • — Traffic control measures shall be implemented as needed on adjacent roadways — SECTION 11. QUALITY ASSURANCE — • — The Contracting Officer's Representative (COR) or designated Embassy official shall inspect and approve all work — • — The contractor shall notify the contracting officer’s representative, COR upon completion of each major phase of work for inspection — • — Any deficiencies created by contractor must be corrected at no additional cost to the U.S. Government — SECTION 12. COORDINATION — • — The contractor shall coordinate daily work schedules with the Embassy Facilities Management office — • — The contractor shall attend a pre-work meeting with Embassy officials prior to commencing operations — • — The contractor shall coordinate equipment movements with Embassy personnel to minimize disruption to Embassy operations — SECTION 13. ENVIRONMENTAL COMPLIANCE — • — All work shall be performed in an environmentally responsible manner — • — The contractor shall prevent soil spillage on roadways and surrounding areas — • — Any fuel or chemical spills must be immediately reported and remediated. — SECTION 14. SITE VISIT — The Embassy intends to conduct a pre-quotation conference at the site, The pre-proposal conference will be held on Thursday May 21, 2026 at 10 Am(local time) at the US Embassy Guinea-Conakry. Prospective offerors/quoters should contact the Facility Management Office at SyllaIK@state.gov by Monday, May 18, 2026 for additional information or to arrange entry to the building. — SECTION 15. PAYMENT — Payment shall be made upon satisfactory completion and acceptance of all work by the — Contracting Officer or designated representative. — APPLICABLE CLAUSES AND PROVISIONS — Please note that this is a combined synopsis/solicitation for a commercial item, prepared in accordance with the format FAR 12.6, as supplemented with additional information included in this notice. — This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. The solicitation number is PR16006360 and is issued as a Request for Quotation. The solicitation/contract includes all applicable provisions and clauses in effect through — FAC 2005-55. — Contract Clauses in addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, — applies to this acquisition. Award will be made to the lowest priced, technically acceptable offeror. FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179527 – include in full text), will apply to the resultant contract: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity. — The following DOSAR provisions/clauses will also apply: 652.206-70, Competition Advocacy/Ombudsman; 652.214-71, Authorization to Perform; 652.225-70, Arab League Boycott of Israel; 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended; 652.242-70, Contracting Officer’s Representative; and, 652.243-70, Notices. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Offers are due by June 2, 2026 at 10:00 a.m. All responsible sources may submit an offer that shall be considered. — PREFERRED METHOD OF CONTACT — Offers must be submitted via electronic mail to the Contracting Officer at ConakryProc@state.gov and citing the solicitation number PR16006360 in the subject line of the email. For questions regarding the specifications provided above or other technical details, please contact Tinkiano Gaston Faya at TinkianoGF@state.gov. — You will need to check this website periodically for updates. We thank you for your interest. — OFFER DUE DATE — Offers are due on or before June 2, 2026, at 10:00 GMT.

United States Department of State — General Services Section — Conakry, Guinea — May 13, 2026 — PUBLIC NOTICE SOLICITATION NO: PR16006360 — PSC CODE : S211 NAICS CODE : 562910 – Remediation Services — SECTION 1. BACKGROUND — The U.S. Embassy in Conakry, Guinea, requires professional contractor services to restore the functionality of a stormwater retention pond that has been compromised by overgrown vegetation and accumulated soil deposits. — SECTION 2. OBJECTIVE — The contractor shall remove overgrown vegetation and excavate accumulated soil from the stormwater retention pond to restore its water retention capacity. The excavated soil shall be reused for landscaping maintenance within the Embassy compound. — SECTION 3. SITE SPECIFICATIONS — 3.1 Pond Dimensions and Description — Pond Dimensions: Approximately 10m x 15m (150 square meters) Excavation Depth: Up to 3 meters below existing surface Site Configuration: The pond is fenced on all sides with roadway access to the west and south — 3.2 Site Access — • — Primary access for equipment and vehicles is available via a gate on the South side. There are roadways on the west and south sides of the pond. — • — The contractor shall coordinate all equipment entry and exit through these access points. — • — Fencing surrounds the pond on all sides; contractor shall ensure fencing integrity is maintained or restored to original condition. — SECTION 4. SCOPE OF WORK — The contractor shall perform the following tasks: — 4.1 Site Preparation — • — Conduct a site assessment and coordinate with the Embassy's Facilities Management team prior to commencing work — • — Establish appropriate safety perimeters and signage around the work area — • — Protect adjacent landscaping, fencing, roadways, and infrastructure during operations — • — Coordinate equipment access — • — Protect existing fencing or repair any damage caused during operations — • — Note location of overhead power lines nearby and have appropriate safety measure in place to avoid contact — 4.2 Vegetation Removal and Disposal — • — Remove all overgrown weeds and vegetation and two tree stumps from the retention pond area (approximately 150 square meters) as directed by the Contracting officer representative, COR. — • — Dispose of vegetation debris in accordance with local regulations and Embassy requirements — • — Select trees on site are to be maintained, with a 1meter radius of soil around them, to be marked and identified during a site visit — 4.3 Soil Excavation — • — Excavate accumulated soil deposits to a depth of up to 3 meters below the existing high point across the entire pond area. Ensure excavation achieves the required depth to restore the pond's water retention capacity — • — Use appropriate equipment to prevent damage to the pond's structural integrity, surrounding fencing, and adjacent roadways — • — Estimated soil volume to be excavated: approximately/up to 400 cubic meters — 4.4 Soil Relocation — • — Transport excavated soil to a designated site within the Embassy compound until site capacity is reached, any additional soil to be hauled away to contractors off site location. (Embassy dumpsite entrance gate measures 2.7m wide x 3.3m high) — • — Distribute soil as directed by Embassy Facilities Management for future landscaping use — • — Ensure soil is deposited in a manner that facilitates easy access for landscaping operations — • — Prevent soil spillage on roadways during transport; clean any spillage immediately — 4.5 Site Restoration — • — Grade the pond bottom to ensure proper water flow and retention — • — Repair or restore any fencing damaged during operations — • — Clean west and south roadways of any soil, debris, or equipment marks — • — Remove all equipment, debris, and materials from the work site — • — Restore work areas to a clean and safe condition — SECTION 5. DELIVERABLES — • — Completed excavation of stormwater retention pond to specified depth (up to 3 meters below existing surface) — • — Removal of all vegetation and debris from pond area — • — Relocation of excavated soil to designated Embassy compound location — • — Restored or repaired fencing as needed — • — Clean roadways (west and south sides) free of debris — • — Clean and restored work site — SECTION 6. PERIOD OF PERFORMANCE — The contractor shall complete all work within 14 calendar days from the date of contract award or issuance of a Notice to Proceed. — SECTION 7. PLACE OF PERFORMANCE — All work shall be performed at the U.S. Embassy compound in Conakry, Guinea. — SECTION 8. CONTRACTOR REQUIREMENTS — 8.1 Qualifications — • — Demonstrated experience in excavation and earthmoving operations — • — Ability to operate heavy equipment safely and efficiently in confined areas with fencing, overhead powerlines and public roadway constraints — • — Experience with deep excavation projects (at least 3 meters depth) — 8.2 Equipment — The contractor shall provide all necessary equipment, including but not limited to: — • — Excavators or backhoes capable of reaching up to 3 meters depth and maneuvering over slopes and within fenced area — • — Dump trucks or hauling equipment that can fit through a gate measuring 2.7m wide x 3.3m high for soil transport — • — Hand tools for vegetation removal and finishing work — • — Safety equipment and materials — • — Road cleaning equipment (brooms, shovels) to maintain roadway cleanliness — 8.3 Personnel — • — All personnel must comply with Embassy security requirements and obtain necessary clearances — • — Personnel must have appropriate training and certifications for equipment operation — • — A qualified site supervisor must be present during all work operations — SECTION 9. GOVERNMENT-FURNISHED PROPERTY/SERVICES — The U.S. Embassy shall provide: — • — Access to the work site within the Embassy compound — • — Designation of the soil deposit location for landscaping use — • — Utilities (water, electricity) as available and necessary — • — Security clearance processing for contractor personnel — SECTION 10. SAFETY AND SECURITY REQUIREMENTS — • — The contractor shall comply with all Embassy security protocols and procedures — • — All personnel must undergo security screening and obtain Embassy access authorization — • — The contractor shall implement appropriate safety measures, including shoring and slope stabilization as needed for excavation work — • — The contractor shall provide and require use of personal protective equipment (PPE) for all workers — • — Work shall be conducted in accordance with local safety regulations and best international practices — • — The contractor shall maintain safe conditions on roadways during equipment movement, utilizing road cones, high visibility vets, etc. — • — Traffic control measures shall be implemented as needed on adjacent roadways — SECTION 11. QUALITY ASSURANCE — • — The Contracting Officer's Representative (COR) or designated Embassy official shall inspect and approve all work — • — The contractor shall notify the contracting officer’s representative, COR upon completion of each major phase of work for inspection — • — Any deficiencies created by contractor must be corrected at no additional cost to the U.S. Government — SECTION 12. COORDINATION — • — The contractor shall coordinate daily work schedules with the Embassy Facilities Management office — • — The contractor shall attend a pre-work meeting with Embassy officials prior to commencing operations — • — The contractor shall coordinate equipment movements with Embassy personnel to minimize disruption to Embassy operations — SECTION 13. ENVIRONMENTAL COMPLIANCE — • — All work shall be performed in an environmentally responsible manner — • — The contractor shall prevent soil spillage on roadways and surrounding areas — • — Any fuel or chemical spills must be immediately reported and remediated. — SECTION 14. SITE VISIT — The Embassy intends to conduct a pre-quotation conference at the site, The pre-proposal conference will be held on Thursday May 21, 2026 at 10 Am(local time) at the US Embassy Guinea-Conakry. Prospective offerors/quoters should contact the Facility Management Office at SyllaIK@state.gov by Monday, May 18, 2026 for additional information or to arrange entry to the building. — SECTION 15. PAYMENT — Payment shall be made upon satisfactory completion and acceptance of all work by the — Contracting Officer or designated representative. — APPLICABLE CLAUSES AND PROVISIONS — Please note that this is a combined synopsis/solicitation for a commercial item, prepared in accordance with the format FAR 12.6, as supplemented with additional information included in this notice. — This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. The solicitation number is PR16006360 and is issued as a Request for Quotation. The solicitation/contract includes all applicable provisions and clauses in effect through — FAC 2005-55. — Contract Clauses in addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, — applies to this acquisition. Award will be made to the lowest priced, technically acceptable offeror. FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179527 – include in full text), will apply to the resultant contract: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity. — The following DOSAR provisions/clauses will also apply: 652.206-70, Competition Advocacy/Ombudsman; 652.214-71, Authorization to Perform; 652.225-70, Arab League Boycott of Israel; 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended; 652.242-70, Contracting Officer’s Representative; and, 652.243-70, Notices. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Offers are due by June 2, 2026 at 10:00 a.m. All responsible sources may submit an offer that shall be considered. — PREFERRED METHOD OF CONTACT — Offers must be submitted via electronic mail to the Contracting Officer at ConakryProc@state.gov and citing the solicitation number PR16006360 in the subject line of the email. For questions regarding the specifications provided above or other technical details, please contact Tinkiano Gaston Faya at TinkianoGF@state.gov. — You will need to check this website periodically for updates. We thank you for your interest. — OFFER DUE DATE — Offers are due on or before June 2, 2026, at 10:00 GMT.

Create a free account to read the full description

Sign up to access complete RFP details, AI match scores, and more.

Create Free Account