A02 Design-Build Contract for New Consulate Compound in Almaty, Kazakhstan
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Department of State (DOS), Bureau of Overseas Buildings Operations (OBO), is soliciting proposals for Design-Build Construction Services for a New Consulate Compound (NCC) in Almaty, Kazakhstan. This is a full and open competition, subject to the Omnibus Diplomatic Security and Antiterrorism Act of 1986, as amended. The project aims to construct a facility of outstanding quality and value, with an estimated construction cost between $300 and $400 million. Phase I proposals, focusing on Minimum Mandatory Requirements (MMRs), are due by May 14, 2026, at 3:00 P.M. Eastern Time.
Scope of Work
The awarded contractor will provide Design-Build services for the construction of a new office building (NOB), compound access control facilities (CAC's), a support annex (SPX), a utility building, a mail screening facility, marine security guard quarters (MSGQ), and parking facilities. This also includes the construction of a perimeter wall. The total building construction is approximately 20,148 Gross Square Meters (GSM). The contractor will be responsible for developing bridging documents to 100% final design.
Contract Details
- Type: Design-Build Contract
- Estimated Value: $300 – 400 million
- Competition: Full and Open Competition
- Set-Aside: None (specific eligibility requirements apply)
- Product Service Code: Y1AA (Construction Of Office Buildings)
Eligibility & Evaluation
This is a two-phase solicitation process. Phase I requires submission of Minimum Mandatory Requirements (MMRs) for eligibility determination. Only offerors meeting these MMRs will be invited to Phase II for technical and price proposals. Key MMRs include:
- U.S. Person Statement of Qualifications: Offerors must be "U.S. Persons" or "U.S. Joint Venture Persons" and demonstrate experience with similar construction contracts of at least $190 million (adjusted for inflation).
- Security Clearance: Possession of a Secret facility security clearance (FCL) with Secret safeguarding capability. Foreign firms and those under Foreign Ownership, Control, or Influence (FOCI) may be ineligible.
- SAM.gov Registration: Active entity registration on SAM.gov.
- Ineligible Entities: Companies and citizens of Belarus, Cuba, Hong Kong, Iran, North Korea, People's Republic of China, Russia, Venezuela, and Vietnam are ineligible.
Key Dates & Submission
- Phase I Proposal Due: May 14, 2026, by 3:00 P.M. Eastern Time.
- Clarification Requests Due: April 23, 2026.
- Submission Method: Electronic submissions are accepted via email or Google Drive to specified FAN.gov addresses. Proposals must state the solicitation number and project name on the cover.
Important Notes
Final site acquisition is pending, and no award will be made until it is complete. The Government reserves the right to cancel the solicitation and will not reimburse offerors for proposal costs. Contractors must adhere to U.S. Flag Carrier Air Transportation and U.S. Flag Commercial Vessel Shipment Requirements, and obtain written approval for any public release of project-related information.