Eaton OEM breaker preventive maintenance 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. Embassy in Brazzaville, Republic of Congo, under the Department of State, is seeking proposals for Eaton OEM breaker preventive maintenance services for its electrical switchgear. This opportunity is a Combined Synopsis/Solicitation for a firm-fixed-price purchase order. Quotations are due by February 12, 2026, at 12:00 PM.
Scope of Work
The requirement is for professional services to perform preventive maintenance on the facility's electrical switchgear(s). This includes visual and mechanical inspection, cleaning, testing, and lubrication of electrical switchgear and breakers. Services must be performed by a Factory Certified Technician (OEM) with a minimum of five years of experience specific to the equipment's make (e.g., Eaton, Schneider, GE/ABB). A Master or Journeyman electrician must accompany the technician for switchgear shutdown and servicing. Adherence to OBO SHEM policy, use of appropriate PPE, and strict Lock Out/Tag Out (LOTO) procedures are mandatory. Deliverables include a detailed report on discrepancies, a Bill of Materials for required repairs, price quotes for repair labor, and test sheets/reports in English.
Contract & Timeline
- Contract Type: Firm-fixed-price purchase order.
- Period of Performance: One year from the date of contract award.
- Set-Aside: None specified.
- Quotation Due Date: February 12, 2026, at 12:00 PM.
- Published Date: February 3, 2026.
Evaluation
Award will be made to the lowest-priced, acceptable, responsible offeror. Evaluation criteria include price, technical information, past performance, and the offeror's ability to provide necessary resources.
Additional Notes
Offerors must be registered in the System for Award Management (SAM). Proof of training and valid electrical licenses must be provided to the COR. Submissions must be electronic to BrazzavilleProcurement@state.gov, in MS-Word, MS-Excel, or Adobe Acrobat (PDF) format, with file sizes not exceeding 30MB per email. The U.S. Embassy has a tax exemption certificate for VAT.