PAINTING LABOR FOR EMBASSY BUILDINGS
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, USEMBASSY LIMA, has issued a Solicitation (RFQ 19PE5026Q0022) for Painting Labor Services for various embassy buildings in Lima, Peru. This opportunity seeks a responsible company to provide specialized painting services for CAC#1, CAC#2, and the MotorPool/Power Plant, along with perimeter walls. The contract is a Firm Fixed-Price award, with an estimated value of less than $25,000.00. Quotations are due by May 18, 2026, at 10:00 hrs.
Scope of Work
The contractor will furnish all labor and tools for painting facades of the Chancery PowerPlant/Motorpool, CAC#1, CAC#2, and entrance perimeter walls. Key requirements include:
- Painting specific areas with estimated square meterages (e.g., Motor Pool & Power Plant: 778 m², CAC#1: 421 m², CAC#2: 443 m²).
- Use of specified paint types (latex base, enamel) and colors (white, gray, dark gray, black).
- Mandatory use of standardized, approved scaffolding.
- Thorough cleaning and preparation of all wall surfaces.
- Application of two coats of paint to all areas.
- Restoration of damaged areas to original condition.
- Compliance with international, OBO supplemental, and applicable local codes and standards.
Contract Details
- Contract Type: Firm Fixed-Price.
- Period of Performance: Work to commence within 10 calendar days after Notice to Proceed and be completed within 45 calendar days.
- Estimated Value: Less than $25,000.00.
- Performance Security: A bank guaranty letter for 30% of the contract price is required.
- Insurance: General liability insurance with specified minimum amounts for bodily injury and property damage is mandatory.
- Set-Aside: None specified; however, offerors must have an established business with a permanent address and telephone listing in Peru.
Submission & Evaluation
- Quotations Due: May 18, 2026, at 10:00 hrs.
- Submission Method: Electronically in English, as a single file (Word or PDF), to mcelroyph@state.gov with a copy to cicirellocl@state.gov. File size must not exceed 30MB.
- Required Documents: Completed SF-1442, Section A (Pricing), Section L (Representations and Certifications), proof of SAM registration or NCAGE code, and TIN/RUC numbers. DBA insurance premium costs must be included.
- Evaluation Criteria: Award will be made to the lowest priced, acceptable, responsible quoter, assessing compliance with RFQ terms, responsibility (integrity, experience, skills, equipment), and eligibility.
- Eligibility: Offerors must be technically qualified, financially responsible, have prior construction experience (past 3 years), possess necessary personnel/equipment/financial resources, hold all required local licenses/permits, meet local insurance requirements, and be able to obtain performance security.
Key Dates & Contacts
- Published Date: May 8, 2026
- Pre-Proposal Conference/Site Visit: May 13, 2026, at 8:30 hrs. RSVP to Caterina Cicirello (cicirellocl@state.gov) by May 12, 2026, 10:00 hrs.
- Questions Due: May 14, 2026, 11:00 hrs.
- Quotations Due: May 18, 2026, 10:00 hrs.
- Primary Contact: Patrick McElroy (mcelroyph@state.gov, 5116182625)
- Secondary Contact: Caterina Cicirello (cicirellocl@state.gov, 516182712)