A01 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 with an estimated construction cost of $300 – 400 million. The acquisition is subject to the Omnibus Diplomatic Security and Antiterrorism Act of 1986 and 2025 NDAA § 7214. Phase I proposals are due by May 14, 2026.
Scope of Work
The awarded contractor will provide comprehensive Design-Build services for a new office building (NOB), compound access control facilities (CAC's), support annex (SPX), utility building, mail screening facility, marine security guard quarters (MSGQ), and parking facilities. This includes the construction of a perimeter wall. The total building construction is approximately 20,148 Gross Square Meters (GSM). Services encompass developing bridging documents to 100% final design, providing labor and materials, on-site organization, project coordination, quality control, safety plans, project schedules, cost estimates, and project close-out activities.
Contract Details
- Contract Type: Design-Build.
- Estimated Value: Approximately $300 – 400 million for construction.
- Set-Aside: Full and Open Competition, with specific eligibility requirements for "United States Persons" or "United States Joint Venture Persons."
- Product Service Code: Y1AA (Construction Of Office Buildings).
Submission & Evaluation
This is a two-phase acquisition process:
- Phase I: Focuses on Minimum Mandatory Requirements (MMRs) to determine eligibility.
- Phase II: A Request for Proposals (Technical and Price) will be issued to eligible Offerors.
Key Eligibility Requirements (Phase I MMRs):
- MMR #1: U.S. Person Statement of Qualifications: Offerors must be "United States Persons" or "United States Joint Venture Persons" and demonstrate performance of similar construction work with a contract value of at least $190 million (adjusted for inflation).
- MMR #2: Security Clearance: Offerors must possess a Secret facility security clearance (FCL) with Secret safeguarding capability. Foreign firms are ineligible, and firms under Foreign Ownership, Control, or Influence (FOCI) may be ineligible.
- MMR #3: SAM.gov Registration: Active entity registration on SAM.gov is mandatory.
- Ineligible Countries: Companies and citizens of Belarus, Cuba, Hong Kong, Iran, North Korea, Peoples Republic of China, and Russia are ineligible.
Technical proposals in Phase II will be evaluated based on designer and constructor experience, past performance, and team qualifications. Submissions for Phase I are accepted electronically via email or Google Drive to specified FAN addresses.
Key Dates
- Clarification Requests Due: April 23, 2026.
- Phase I Proposal Deadline: May 14, 2026, by 3:00 P.M. Eastern Time.
- Published Date: January 8, 2026.
Additional Notes
Final acquisition of the proposed site is pending, and no award will be made until site acquisition is complete. The Government reserves the right to cancel this solicitation and will not reimburse offerors for proposal costs. Contractors will be required to adhere to U.S. Flag Carrier Shipment Requirements and strict public release of information policies.