Active Solicitation · DEPARTMENT OF STATE

    REMEDIATION SERVICES

    DEPARTMENT OF STATE
    Sol. PR16006360SolicitationWASHINGTON, DC
    Open · 20d remaining
    DAYS TO CLOSE
    20
    closes Jun 2, 2026
    POSTED
    May 13, 2026
    Publication date
    NAICS CODE
    562910
    Primary industry classification
    PSC CODE
    S211
    Product & service classification

    AI Summary

    The U.S. Embassy in Conakry, Guinea, is seeking a contractor for remediation services to restore a stormwater retention pond. The work includes vegetation removal, soil excavation, and site restoration, to be completed within 14 days of contract award. Bidders must demonstrate experience in excavation and comply with Embassy security protocols.

    Contract details

    Solicitation No.
    PR16006360
    Notice Type
    Solicitation
    Posted Date
    May 13, 2026
    Response Deadline
    June 2, 2026
    NAICS Code
    562910AI guide
    PSC / Class Code
    S211
    Issuing Office
    U.S. EMBASSY CONAKRY
    Primary Contact
    Tinkiano Gaston Faya
    State
    DC
    ZIP Code
    20520
    AI Product/Service
    service

    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.

    Key dates

    1. May 13, 2026Posted Date
    2. June 2, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    REMEDIATION SERVICES is a federal acquisition solicitation issued by DEPARTMENT OF STATE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.