M&R-FAC : 7901 SERVC : PMSC-8 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, US Embassy Djibouti, has issued a Request for Quotations (RFQ) number 19DJ1026Q0006 for Maintenance & Repair (M&R) services for the Fuel Management System at the U.S. Embassy Haramous. The government intends to award a Firm Fixed-Price contract to the responsible company submitting an acceptable offer at the lowest price. Quotations are due by COB March 01, 2026.
Scope of Work
This opportunity requires preventive maintenance services for the Embassy's fuel systems to ensure all systems are in good operational condition. Key deliverables include labor, tools, and materials for inspection, maintenance, and component replacement. Specific tasks involve the maintenance of Fuel Pumps, Fuel Storage Tanks, Panel Controls, and Fuel Polishing Systems. A detailed Statement of Work (SOW) is provided in Exhibit A of the solicitation. Repair services and emergency services are not included under this agreement and require separate pricing.
Contract Details
- Type: Firm Fixed-Price
- Period of Performance: One-year base period with a maximum of four one-year optional periods.
- Set-Aside: None specified.
- Product Service Code: Z1NA (Maintenance Of Fuel Supply Facilities)
- Place of Performance: US Embassy Haramous, Djibouti.
Submission & Evaluation
A pre-quotation conference and site visit will be held on February 19, 2026, at 10:00 a.m. at the US Embassy Haramous. Prospective offerors must contact djiboutiprocbids@state.gov by COB February 17, 2026, at 12:00 p.m. to arrange entry.
Quotations are due by COB March 01, 2026. Submissions must be in MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF) format, with file sizes not exceeding 30MB. Multiple emails are permitted for larger submissions. Required documents include SF-1449, Section I Pricing, Section 5 Representations and Certifications, additional information as required in Section 3, and Proof of SAM Registration.
Evaluation will be based on the lowest priced, acceptable, responsible offer. The government will assess past performance, personnel, equipment, and financial resources. Offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov prior to submittal; failure to register may deem the offer non-responsible.
Contact Information
- Primary Contact: Jesse C Flowers (flowersjc@state.gov, 25377548273)
- Secondary Contact: Souleiman E Kayad (kayadse@state.gov, 0025321453060)