FY26 Preventive Maintenance of Fuel Management System
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 Libreville, Department of State, is soliciting proposals for FY26 Preventive Maintenance of Fuel Management System services. This Firm Fixed-Price contract aims to ensure the safe, reliable, and efficient operation of the Embassy's fuel systems in Libreville, Gabon. Quotations are due by April 17, 2026, at 13:00 local time.
Scope of Work
The contractor will provide preventive maintenance services for the Embassy's fuel management systems, including Fuel Dispensers, Fuel Pumps, Fuel Tank Storage, and Panel Controls. This involves inspections, maintenance, component replacement, and ensuring all systems are in good operational condition. Expendable/consumable items are the contractor's responsibility and must be included in fixed-price CLINs. Major repairs and emergency/unscheduled call-outs are excluded and will be handled separately. Technicians must be trained, experienced, and certified on specific systems (Pneumercator TMS 4000, Bennett dispensers, Red Jacket pumps, Containment Solutions USTs).
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: One Base Year + Four Option Years, with a potential 6-month extension of services in accordance with FAR 52.217-8. Offerors must price this 6-month extension.
- Place of Performance: U.S. Embassy Libreville, BP. 4000 Quartier Sablière, Libreville, Gabon.
- Product Service Code: Z1NA (Maintenance Of Fuel Supply Facilities)
- Set-Aside: None specified.
Submission Requirements
Quotations must be submitted electronically to LibreContracting@state.gov by April 17, 2026, at 13:00 local time. Submissions must be separated into two distinct volumes: a Price Offer and a Technical Offer; mixed quotes will be disqualified. Files should be in MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF) format, with each file not exceeding 30MB. If larger, submit in separate emails. Offerors must be registered in the System for Award Management (SAM.gov) at the time of quote submission.
Evaluation Criteria
Award will be made to the responsible company submitting the lowest priced, acceptable offer. Acceptability will be determined by assessing compliance with RFQ terms and technical information. Responsibility will be analyzed based on FAR 9.1 requirements, including financial resources, performance capability, integrity, organization, experience, skills, equipment, and facilities. Past performance requires details for at least three similar contracts.
Key Dates & Contacts
- Pre-proposal Conference: Held virtually on March 23, 2026. Minutes and Q&A are included in Amendment 0001.
- Quotation Due Date: April 17, 2026, at 13:00 local time.
- Primary Contact: Nathaniel Rudy (RudyNR@state.gov, 00241011457241)
- Secondary Contact: Judith Abourou (AbourouJH@state.gov, 24111457276)
Important Notes
This opportunity is subject to FAR 52.229-12 Tax on Certain Foreign Procurements (FEB 2021). All contractors must be registered in SAM.gov. Amendment 0001 clarifies the period of performance, updates pricing tables, and includes the pre-award conference Q&A. Offerors must acknowledge all amendments.