Construction of two ADA ramps at U.S. Embassy in Madrid
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. Embassy in Madrid, Spain, under the Department of State, is soliciting proposals for the Construction of two ADA ramps to enhance accessibility at the Embassy facilities. This opportunity, identified as RFQ 19SP5026Q0011, has been amended, and questions from vendors have been answered. Proposals are due by April 29, 2026, at 14:00:00Z.
Scope of Work
This project requires the construction of two wheelchair ramps: one at the cafeteria patio and another at the back alley of the U.S. Embassy in Madrid. The work includes:
- Pre-Implementation: Site visits, surveys, coordination for local permits, and submission of a comprehensive document package (product data, installation instructions, design, bill of materials, Work Plan with CPM schedule, diagrams, equipment details, materials list). A post-Notice to Proceed submittal includes an Activity Hazard Analysis (AHA) and personnel list for access.
- Implementation: Area isolation, access restriction, adherence to security rules, and submission of an Accident Prevention Plan.
- Cafeteria Ramp: Construction involves clearing, anchoring metal legs, erecting a metal structure, installing a concrete deck/ramp surface with non-slip finish, constructing side brick walls, preparing for stone cladding, installing stone tiles, and handrail installation. Drainage rerouting is also required.
- Back Alley Ramp: Construction of a ramp system with straight sections, non-slip ribbed galvanized steel walking surfaces, anchored metal legs, side rails, side brick walls, preparation for stone cladding, stone tile installation, and handrail installation. Drainage at the bottom of the ramp is included, and a section must remain hinged for access.
Performance Standards
Ramps must comply with ADA or local accessibility standards (max slope 1:12), feature 1.5 x 1.5 meter landing platforms, and continuous, non-slip, corrosion-resistant handrails (34-38 inches high). All metal surfaces require corrosion treatment, and the structure must support a minimum load (e.g., 250 kg/m²). The site must be left clean, and "as-built" drawings are required.
Contract & Timeline
- Type: Solicitation (RFQ 19SP5026Q0011)
- Agency: U.S. Embassy Madrid, Department of State
- Place of Performance: U.S. Embassy Madrid, Spain
- Product/Service Code: Z1AA (Maintenance Of Office Buildings)
- Set-Aside: None specified
- Response Due: April 29, 2026, 14:00:00Z
- Published: April 15, 2026
- Period of Performance: Project starts within 5 calendar days after Notice to Proceed (NTP), with total completion no later than 45 calendar days after NTP.
Key Amendments & Clarifications
Amendment 0001 to RFQ 19SP5026Q0011, dated 03/30/2026, clarifies that masonry construction for new ramps is acceptable if structural calculations demonstrate it does not overload the existing structure. A revised Statement of Work (Attachment 2) has been issued. The deadline for offers is NOT extended. Bidders must acknowledge receipt of this amendment.
Questions and Answers further clarify requirements, including the removal and replacement of the existing cafeteria staircase railing, the ability to raise the cafeteria awning by 10 cm, specific handrail requirements for both ramps, anchoring details (with waterproofing considerations), relocation of an electrical outlet, and the non-encroachment and hinged section requirements for the back alley ramp.
Contact Information
- Primary: Lydia Ruiz (ruizlx@state.gov, 34915872545)
- Secondary: Jerad S. Tietz (tietzjs@state.gov, 34915872161)