Preventive Maintenance Fire Alarm System

SOL #: 19TH2026Q0011Solicitation

Overview

Buyer

State
State, Department Of
US EMBASSY BANGKOK
WASHINGTON, DC, 20520, United States

Place of Performance

Place of performance not available

NAICS

All Other Support Services (561990)

PSC

Maintenance Of Other Administrative Facilities And Service Buildings (Z1AZ)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 9, 2026
2
Submission Deadline
Mar 9, 2026, 8:30 AM

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 Bangkok (Department of State) is soliciting quotations (RFQ #19TH2026Q0011) for Preventive Maintenance Fire Alarm System services for its Chancery and Annex Buildings in Bangkok, Thailand. 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 March 9, 2026.

Scope of Work

This opportunity requires comprehensive preventive maintenance services for the existing NOTIFIER Fire Alarm System. Key requirements include:

  • Ensuring the fire alarm system is fully operational when activated.
  • Providing all necessary managerial, administrative, and direct labor personnel, including trained and qualified fire alarm technicians.
  • Performing inspection, maintenance, and component replacement as needed, adhering to OBO Specification 13851 and NFPA 72 (National Fire Alarm Code).
  • Maintaining work schedules between 7 AM and 4 PM, Monday through Friday, while accommodating Embassy operations.
  • Submitting personnel security information (biographic data, police clearance) within 5 days of award.
  • Obtaining prior authorization for site access for all contractor personnel, who must wear approved uniforms.
  • Excluding repair of equipment and replacement of hardware (to be priced separately), except for damage caused by contractor negligence.
  • Requiring COR approval for replacement/repair of electronic or electrical parts prior to installation.
  • Being responsible for the removal and replacement of ceiling tiles affected by the work.
  • Submitting a schedule and description of preventive maintenance tasks for COR approval.
  • Providing a written test report after each site visit and testing.

Contract Details

  • Contract Type: Firm Fixed Price, payable in Thai Baht.
  • Period of Performance: One-year base period with two one-year optional periods.
  • Set-Aside: Unrestricted acquisition.
  • Financial Notes: No escalation for material, equipment, or labor costs; no adjustment for currency fluctuations. VAT is not applicable. Minimum insurance requirements include Public Liability and Workers' Compensation/Employer's Liability. Offerors must provide Defense Base Act (DBA) insurance premium costs.

Submission & Evaluation

  • Site Visit: A mandatory site visit is scheduled for February 25, 2026, at 09:30 AM (BKK time) at the U.S. Embassy Bangkok (Chancery Building), 120-122 Wireless Road, Pathumwan, Bangkok 10330, Thailand. Personnel information for the site visit must be submitted by February 20, 2026, before 15:00 PM (Bangkok time) to soontare@state.gov.
  • Questions Due: No later than 15:00 PM (Bangkok time) on February 27, 2026, to soontare@state.gov. Questions must be in English.
  • Quotations Due: Electronically by March 9, 2026, no later than 15:30 PM (Bangkok time) to soontare@state.gov. Incomplete quotations will not be accepted.
  • Submission Format: MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF). File size must not exceed 30MB per email. The subject line must be "Quotation Enclosed-RFQ#19TH2026Q0011 – Preventive Maintenance Fire Alarm System".
  • Required Documents: SF-1449, Section 1 (Pricing), and additional information as required in SECTION 3 of the solicitation.
  • Evaluation Criteria: Award will be made to the lowest priced, acceptable, responsible offeror. Acceptability is based on compliance with RFQ terms and technical information. Responsibility is determined by FAR 9.1 requirements (financial resources, ability to comply with performance period, integrity, organization, experience, skills, equipment, facilities, and eligibility).

Eligibility

  • Offerors must be registered in the SAM (System for Award Management) database prior to submission.
  • Past performance information will be used to assess capability and responsibility.

People

Points of Contact

Ramon Menendez-CarreiraPRIMARY
Soontaree VantanajanSECONDARY

Files

Files

Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 9, 2026
Preventive Maintenance Fire Alarm System | GovScope