Preventive Maintenance Service for DAIKIN Chillers

SOL #: 19SG2026Q0004Combined Synopsis/Solicitation

Overview

Buyer

State
State, Department Of
U.S. EMBASSY DAKAR
WASHINGTON, DC, 20520, United States

Place of Performance

DAKAR, Senegal

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Inspection And Laboratory Services (Except Medical/Dental): Maintenance And Repair Shop Equipment (H349)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Submission Deadline
Apr 2, 2026, 4:00 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. Department of State, specifically the U.S. Embassy Dakar, is soliciting proposals for Preventive Maintenance Service for DAIKIN Chillers at the U.S. Embassy in Dakar, Senegal. This is an unrestricted acquisition seeking a contractor to ensure all Daikin chiller systems are in good operational condition. Quotations are due by April 2, 2026, at 12:00 noon local time.

Scope of Work

The contractor must provide all necessary personnel, supplies, and equipment for comprehensive preventive maintenance of Daikin EWAD type chillers and associated Micro Tech controller systems. Key services include inspection, adjustment, and scheduled maintenance. The contractor is responsible for inventorying, supplying, and replacing expendable parts such as filters, belts, hoses, and gaskets, using new, unused, industry-standard, and OEM-approved materials. Refrigerants must meet AHRI Standard 700-2015 or most recent standards. While repairs are not included in the base service, labor rates for potential repairs are required. Work involves systems accessing PCC/CAA areas, necessitating adherence to specific security requirements outlined in section 6.2.3 of the solicitation.

Contract Details

  • Type: Firm Fixed Price (FFP) contract.
  • Period of Performance: One base year with two (02) one-year optional periods.
  • Payment: In US Dollars; Value Added Tax (VAT) is not applicable.
  • Set-Aside: Unrestricted.
  • Product/Service Code: H349 (Inspection And Laboratory Services: Maintenance And Repair Shop Equipment).

Submission & Evaluation

Quotations must be submitted in English by April 2, 2026, at 12:00 noon local time. Submissions can be made in sealed envelopes or electronically to DakarSolicitation@state.gov. Technical and financial proposals must be submitted separately. Evaluation will be based on the lowest priced, acceptable, responsible offer. Acceptability is determined by compliance with RFQ terms and technical information, while responsibility is assessed based on FAR 9.1 requirements (financial resources, performance capability, integrity, experience, equipment, and eligibility). Offerors must be registered in the System for Award Management (SAM) database.

Additional Notes

Direct any questions in writing to DakarSolicitation@state.gov no later than March 20, 2026. The solicitation package includes SF-1449, a Performance Work Statement, Schedule of Supplies/Services, Contract Clauses, Solicitation Provisions, Evaluation Factors, and Representations and Certifications.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 23, 2026