PMS Contract for Fuel Distribution Systems (Chancery and Phora)
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 Kathmandu is soliciting proposals for a Preventive Maintenance Service Contract (PMSC) for Fuel Distribution Systems at its Chancery and Phora locations in Kathmandu, Nepal. This unrestricted opportunity seeks a contractor to provide comprehensive maintenance for fuel pumps, storage tanks, panel controls, and polishing systems. Proposals are due by April 6, 2026, 23:59 Hrs Kathmandu local time.
Scope of Work
The awarded contractor will perform preventive maintenance services for fuel distribution systems, including fuel pumps, storage tanks, panel controls, and fuel polishing systems. This involves providing all necessary materials, labor, tools, and equipment. Key tasks include inspecting piping, vents, gaskets, levels, valves, and controls for fuel storage tanks; inspecting and testing fuel pump controllers, wiring, and fuses; and inspecting and testing fuel dispensing equipment, including control panels, nozzles, and safety features. After each visit, a report detailing system deficiencies, repair/upgrade recommendations, and a price quote for labor and materials must be submitted. All personnel must adhere to post safety requirements.
Contract Details
- Type: Firm Fixed Price Purchase Order
- Duration: One base year with four one-year option periods
- Set-Aside: Unrestricted
- Place of Performance: Kathmandu, Nepal
- Pricing: Required in Nepalese Rupees (NPR) and/or U.S. Dollars (USD). Value Added Tax (VAT) will be a separate line item.
Submission & Evaluation
Offerors must submit a complete proposal including SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, Defense Base Act (DBA) insurance costs, a list of clients demonstrating past performance, evidence of necessary resources, a strategic plan for services, and a plan for obtaining local licenses and permits. Proposals must be in English and submitted electronically to ktmcontracts@state.gov. Individual file sizes must not exceed 20MB. Evaluation will be based on the lowest priced, acceptable, responsible offeror, with contractor responsibility determined by compliance with FAR 9.1 requirements.
Important Notes
- Site Visit: A site visit is scheduled for March 19, 2026, at 10:00 AM at the Chancery/Phora. Prospective offerors should contact Sanju Gurung (gurungs10@state.gov) for information or to arrange entry.
- SAM Registration: Mandatory for all offerors prior to proposal submission. Failure to register may result in a non-responsible determination.
- The James Zadroga 9/11 Victims Health and Compensation Act of 2010 may apply, potentially subjecting payments to a 2% excise tax.