Sources Sought Notice --- Tallinn, Estonia New Embassy Compound (NEC) Design/Build Construction Services
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 conducting market research via a Sources Sought / Request for Information (RFI) for Design/Build construction services for a New Embassy Compound (NEC) in Tallinn, Estonia. This RFI aims to identify capable firms for the project, estimated between $250 million and $395 million. Responses are due by February 05, 2026, at 3:00 P.M. Eastern Time.
Project Scope
The project involves Design/Build (DB) with Bridging Project Delivery for a new, stand-alone Embassy Compound located in the Uus Maailm Sub-District of Tallinn, Estonia, on a 1.5-hectare (3.7 acres) undeveloped site. The scope includes a chancery, main and service compound access control facilities, a support annex (maintenance, vehicle maintenance, on-site storage), a utility building, mail screening facility, marine security guard residence (MSGR), and parking. Full-height perimeter walls are also required. The total facility size is approximately 14,627 GSM for buildings and 1,115 GSM for parking.
Contract Details
The future contract is anticipated to be Firm-Fixed Price. A Secret Facility Clearance (FCL) is required for award. Only U.S. firms organized and operating in the U.S. or Puerto Rico are eligible for FCLs; foreign firms are not. The Department of State will sponsor qualified uncleared offerors for an FCL.
Eligibility & Set-Aside
This RFI seeks information from both large and small businesses. Small business categories of interest include Small Business (SB), Women Owned Small Business (WOSB), HubZone (HUBZ), 8(a), and Service Disabled, Veteran Owned Businesses under NAICS code 236220. All interested companies must have an active SAM registration and not be on the Excluded Party List. A subcontracting limit of no more than 50% of the total contract value is noted.
Submission Requirements & Evaluation Factors
Submittals must be organized by factor, clearly identified, and in English. Specific page limits apply for each section. The format requires standard 8 ½" x 11" pages, black text on a white background, with a minimum 12-point font (SF 330 may be 10-point). Evaluation factors for the RFI response include:
- Factor 1: Joint Venture Agreement/Signed Statement of JV Intent & Description of Partnership (Mandatory).
- Factor 2: Technical Project Experience and Past Performance (Mandatory, including 3+ reference projects, financial/organizational attributes, and preferred attributes like Estonian experience, foreign operations, logistics, and schedule management).
- Factor 2B: Past Performance (Quality, problems, remedies).
- Factor 3: Offeror's Organization and Management.
Key Deadlines
Responses are due by February 05, 2026, at 3:00 P.M. Eastern Time. Electronic submission via email to Sonja Ablola (ablolas@state.gov) and Kaitlin Lockett (lockettkf@state.gov) is required.
Important Notes
This notice is for information and planning purposes only and does not constitute a Request for Proposal (RFP) or a commitment to future solicitation. The government will not pay for information submitted, and not responding will not preclude participation in any future solicitation.