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. Department of State, U.S. Embassy Libreville, is soliciting quotations for Preventive Maintenance of Fuel Management System services in Libreville, Gabon. This Request for Quotations (RFQ) aims to award a Firm Fixed-Price contract to the responsible company submitting the lowest priced acceptable offer. Quotations are due by April 17, 2026, at 13:00 local time.
Scope of Work
The awarded contractor will provide comprehensive preventive maintenance services for the Fuel Management System at the U.S. Embassy in Libreville. This includes ensuring all systems are in good operational condition through regular inspection, maintenance, and component replacement. The scope also covers the disposal of toxic substances, which should be included in pricing. Specific equipment details are provided in Attachment A (PWS) of the solicitation.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: One-year base period with four one-year optional periods.
- Place of Performance: U.S. Embassy Libreville, BP. 4000 Quartier Sablière, Libreville, Gabon.
- Payment: In USD.
- Set-Aside: No specific set-aside is mentioned for this opportunity.
Submission & Evaluation
Quotations must be submitted electronically to LibreContracting@state.gov by April 17, 2026, at 13:00 local time. Submissions must be in English, using MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF) file formats. Each file should not exceed 30MB; larger submissions must be split into separate emails. Mixed quotes (financial and technical not separated) will be disqualified.
Evaluation will be based on the Lowest Priced, Acceptable, Responsible Offer. Acceptability will be determined by compliance with RFQ terms and technical information, while responsibility will be assessed based on FAR 9.1 requirements, including financial resources, performance capability, integrity, organization, experience, skills, equipment, facilities, and eligibility.
Key Dates & Contacts
- Pre-proposal Virtual Conference: Monday, March 23, 2026, at 15:00 local time.
- Conference Participation Confirmation: Contact Judith ABOUROU (AbourouJH@state.gov) by March 18, 2026, at 15:00 local time.
- 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).
Required Submission Documents
Offerors must complete and submit:
- Standard Form 1449
- Section I, Pricing
- Section 5, Representations and Certifications
- Additional information as required in Section 3
- Proof of SAM Registration
Important Notes
All contractors must be registered in the System for Award Management (SAM.gov) at the time of quote submission. This opportunity is subject to FAR 52.229-12 Tax on Certain Foreign Procurements (FEB 2021). Advance payments are not authorized.