Painting Services
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 London is soliciting quotations for Painting Services at various U.S. Government properties in London, United Kingdom. This is a Combined Synopsis/Solicitation for an Indefinite Delivery, Indefinite Quantity (IDIQ) Firm Fixed-Price contract, comprising a base year and two one-year option periods. All responsible sources are encouraged to submit. Quotations are due by April 13, 2026, at 5:00 p.m. BST.
Scope of Work
The contractor will provide interior painting, drywall/plaster repair, and related services for U.S. Government Owned (GOV) and Short Term Leased (STL) properties. Key tasks include surface preparation (washing, sanding, filling, priming), application of one undercoat and two finish coats of trade-quality paints (e.g., Dulux or equivalent), moving/protecting furniture, temporary removal/re-installation of fixtures, and site cleanup. All work must adhere to relevant British Standards, current HSE regulations, and specific paint specifications detailed in the attachments. The contractor will be designated as the "Principle Contractor" and responsible for site management, health & safety, and ensuring all employees have security clearance.
Contract Details
- Type: Indefinite Delivery, Indefinite Quantity (IDIQ), Firm Fixed-Price.
- Duration: One base year plus two one-year option periods.
- Estimated Value: Minimum order of £1,000.00, with a maximum of £240,000.00 for the period of performance.
- Set-Aside: None specified (Unrestricted).
- Product Service Code: Z1FA (Maintenance Of Family Housing Facilities).
- Place of Performance: Various Government properties in London, United Kingdom.
Submission & Evaluation
- Quotations Due: April 13, 2026, 5:00 p.m. BST.
- Submission Method: Electronically to Procurement_box3@state.gov. Submissions must be in English, complete, and in MS-Word, MS-Excel, or Adobe Acrobat (PDF) format. File size must not exceed 30MB per email.
- Required Documents: SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, and proof of SAM Registration.
- Questions Due: March 17, 2026, COB, via email to Procurement_box3@state.gov. Answers will be compiled, anonymized, and posted to SAM.gov.
- Evaluation Criteria: Award will be made to the lowest priced, acceptable, responsible offeror. Acceptability will be determined by assessing compliance with RFQ terms, including technical information. Responsibility will be analyzed based on FAR 9.1 requirements.
Special Requirements
- Contractors must be registered in SAM.gov prior to contract award (FAR 52.204-7).
- Compliance with the Construction (Design and Management) Regulations 2015 (CDM Regulations) and other relevant UK health and safety legislation is mandatory.
- All contractor employees require security clearance.
- The contractor must provide risk assessments, method statements, and a detailed program of works to the Contracting Officer's Representative (COR).