Preventative Maintenance to the Staircase Pressurization Systems
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 proposals for preventative maintenance services for its Staircase Pressurization systems (COLT). This is a firm fixed-price contract for a base year and four option years, aimed at ensuring the safe, reliable, and efficient operation of these critical fire safety systems. This opportunity is not a small business set-aside. Proposals are due by March 10, 2026, at 5:00 PM London time.
Scope of Work
The contractor will provide all necessary managerial, administrative, and direct labor personnel, transportation, equipment, tools, repair parts, supplies, and materials. Services include inspection, maintenance, repair, and component replacement in accordance with manufacturer specifications and British Standards (BS9999, BS7346-1, BS EN 12101-6:2005). The contract requires quarterly service visits, with emergency call-outs requiring a qualified engineer within four hours and standard call-outs by the next day. The contractor must also advise the Contracting Officer's Representative (COR) on fire regulation changes and suggest system improvements.
Contract Details
- Type: Firm Fixed-Price Purchase Order / Contract
- Duration: One Base Year + Four 12-month Option Years
- Set-Aside: Not a small business set-aside
- Place of Performance: U.S. Embassy London, 33 Nine Elms Lane, London SW8 5DP, United Kingdom
- Product Service Code: Z1AA (Maintenance Of Office Buildings)
Key Requirements & Standards
Bidders must comply with UK Health and Safety regulations and adhere to specific British Standards for smoke control systems, including BS EN 12101-6:2005, BS 5588-4:1998, BS 7346-8, and the Regulatory Reform (Fire Safety) Order 2005 (RRO). This includes specific testing procedures and data recording using provided templates. Personnel must be qualified, trained, and certified. Strict security procedures apply for site entry, and contractors must provide site-specific Risk Assessments and Method Statements, along with UK-compliant insurance. Compliance with Federal Acquisition Regulation (FAR) and Department of State Acquisition Regulation (DOSAR) clauses, including cybersecurity and telecommunications restrictions (Section 889), is mandatory.
Submission & Evaluation
- Proposals Due: March 10, 2026, 5:00 PM (London time)
- Questions Due: February 6, 2026
- Submission Address: American Embassy, Procurement Office, 33 Nine Elms Lane, London SW11 7US
- Evaluation: Award will be made to the lowest priced, technically acceptable, and responsible offeror. Evaluation factors include licenses, experience, insurance, UK business presence, and completion of required forms (SF-18, Pricing Table). The Government may award without discussions.