Expression of Interest – Residential Curtain Cleaning PR15988793
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, U.S. Embassy Pretoria, has issued an Expression of Interest (EOI) for Residential Curtain and Blind Cleaning Services for U.S. Government housing in Pretoria, South Africa. This presolicitation aims to identify qualified contractors for comprehensive cleaning, reinstallation, and related services. Company profiles are due by June 5, 2026, at 5:00 PM SAST.
Scope of Work
The project involves the complete process of taking down, cleaning, and re-installing drapes, voiles, blinds, and associated hardware in residential properties occupied by U.S. Government personnel. Key tasks include:
- Inspecting and reporting on the condition of all window treatments.
- Marking and securely packing items for identification.
- Cleaning all removed items according to manufacturer specifications.
- Securely storing items off-site during property make-ready.
- Delivering replaced items to the GSO Warehouse.
- Cleaning interior windowpanes and security grills before re-installation.
- Ensuring full functionality of all hardware and replacing parts as needed.
General Requirements & Compliance
Contractors must adhere to strict operational and safety standards, including:
- Using drop sheets and protective materials to prevent property damage.
- Maintaining cleanliness and neatness on-site.
- Complying with the local Occupational Health and Safety Act (Act 85 1993) and other relevant regulations.
- Providing necessary Personal Protective Equipment (PPE) for employees.
- Ensuring all personnel are qualified and competent.
- All contractor employees working on Embassy properties will undergo U.S. Embassy Regional Security Office (RSO) background investigations and require security clearances.
- A designated supervisor with sufficient English proficiency must be present on-site.
Contract & Submission Details
This is an Expression of Interest (Presolicitation). The U.S. Embassy issues fixed-priced contracts only, and quoted prices must account for potential price or exchange rate fluctuations. No deposit payments will be authorized. Payment will be made via Electronic Funds Transfer (EFT) within 30 calendar days after service delivery and receipt of invoice. Submission of a company profile implies agreement to waive requirements for the Embassy to sign legal documents like credit applications or T&Cs.
Applicable Clauses
Potential bidders must be aware of and comply with several Federal Acquisition Regulation (FAR) clauses, including:
- 52.222-50 Combating Trafficking in Persons: Policies and requirements to prevent human trafficking.
- 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving: Encourages policies against distracted driving.
- 52.225-13 Restrictions on Certain Foreign Purchases: Prohibits acquisition of supplies/services restricted by OFAC.
- 52.225-19 Contractor Personnel in a Designated Operational Area or Supporting a Diplomatic or Consular Mission Outside the United States: Covers subcontracts for commercial products/services abroad.
- 52.323-34 Payment by Electronic Funds Transfer: Mandates EFT for payments.
- 652.242-73 AUTHORIZATION AND PERFORMANCE: Requires contractors to be authorized to operate and comply with local laws in the country of performance.
Timeline & Contacts
- Published Date: May 15, 2026
- Response Due: June 5, 2026, 5:00 PM SAST
- Primary Contact: Chantal de Kock (dekockc@state.gov, +27 64 816 3023)
- Secondary Contact: Jenny Kriek (kriekjx@state.gov, +27 79 111 4327)