Preventive Maintenance Services for Boilers, Frankfurt

SOL #: 19GE5026Q0019Combined Synopsis/Solicitation

Overview

Buyer

State
State, Department Of
ACQUISITIONS - RPSO FRANKFURT
WASHINGTON, DC, 20520, United States

Place of Performance

Frankfurt, Germany

NAICS

Plumbing (238220)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment (J045)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 14, 2026
2
Last Updated
Jan 28, 2026
3
Submission Deadline
Feb 2, 2026, 2:00 PM

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 Regional Procurement Support Office (RPSO) Frankfurt, part of the Department of State, has issued a Combined Synopsis/Solicitation for Preventive Maintenance Services for Boilers at the U.S. Consulate General Frankfurt, Germany. This opportunity is for one base year and four option years. Offers are due by February 2, 2026, at 15:00 Central European Time (CET).

Scope of Work

The contractor will provide comprehensive preventive maintenance services for various boilers and associated heating and water treatment systems at the U.S. Consulate General Frankfurt. This includes scheduled preventive maintenance, inspections, and water analysis for COB Gas/Oil Fired Boilers, Warehouse Gas/Oil Fired Boilers, Pressure Balancing and Automatic Refill Systems, and Heating and Water Treatment Systems. Option years 2-4 also include annual preventive maintenance for Residence Gas Fired Boilers. Repairs and hardware replacement are explicitly excluded from the primary contract scope, but bidders must provide labor rates for potential repair work. The objective is to ensure all serviced systems are in good operational condition, meeting performance standards with no more than one customer complaint per month.

Contract & Timeline

  • Contract Type: Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ)
  • Period of Performance: One base year and four one-year option periods
  • Minimum Order: $5,000.00 (or equivalent local currency)
  • Maximum Dollar Value: $800,000.00
  • Funding: Unfunded; funding will be issued via task orders upon contract award.
  • Currency: Fixed, to be stated by the offeror in the pricing sheet.
  • Response Due: February 2, 2026, by 15:00 CET
  • Questions Deadline: January 22, 2026, by 15:00 CET
  • Published Date: January 21, 2026

Submission & Evaluation

Offerors must submit proposals in two volumes: a Price Volume and a Technical Proposal. Evaluation will be conducted on a best value basis using comparative evaluation (FAR 13.106-2(b)(3)). Factors considered include Technical Capability, Past Performance, and Price, with Technical and Past Performance combined being equal to Price.

Eligibility & Set-Aside

  • Competition: Full and Open
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • PSC Code: J045 – Maintenance, Repair And Rebuilding Of Equipment: Plumbing, Heating, And Waste Disposal Equipment

Important Attachments & Notes

  • Attachment A: Statement of Work (SOW) details specific requirements.
  • Attachment B (Corrected): Pricing sheet for offerors to complete, including labor rates for potential repairs (not part of FFP).
  • Attachment C: Representations and Certifications (FAR 52.212-3) must be completed.
  • Attachment D: IRS Form W-14 for foreign entities to certify tax exemptions.
  • SAM Registration: Active registration in SAM.gov is required.
  • Defense Base Act (DBA) Insurance: Waived for Host Country Nationals and Third Country Nationals in Germany, but required for US Nationals.
  • Excise Tax: Payments may be subject to a 2% excise tax under the James Zadroga 9/11 Victims Health and Compensation Act of 2010, unless a waiver applies.
  • Personnel Requirements: Contractor personnel require police clearance, identity cards, and will be escorted on-site. Strict adherence to security and conduct standards is mandatory.
  • Insurance: Contractor must maintain Public Liability and Workers' Compensation insurance.

People

Points of Contact

Wencke JacobsenPRIMARY

Files

Files

Download
Download
Download
Download
Download

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View
Version 2Viewing
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
Version 1
Combined Synopsis/Solicitation
Posted: Jan 14, 2026
View
Preventive Maintenance Services for Boilers, Frankfurt | GovScope