Preventive Maintenance Services for Chiller 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. Department of State, through the U.S. Consulate General Cape Town, South Africa, is soliciting quotations under RFQ No. 19SF2026Q0006 for Preventive Maintenance Services for Chiller Systems. This opportunity aims to secure a Firm-Fixed-Price contract for a one-year base period plus four (4) one-year option periods, utilizing a Lowest-Priced Technically Acceptable (LPTA) evaluation method. Quotations are due by March 11, 2026, at 10:00 SAST.
Scope of Work
The contractor will provide comprehensive preventive maintenance services for chiller systems, specifically two (2) Trane RTWD water-cooled chillers and one (1) Trane Tracer Summit Control System. Services include scheduled maintenance, inspection, and component replacement. The contractor is responsible for providing all materials, labor, tools, and equipment, including expendable parts (e.g., filters, belts, hoses, gaskets) which must be OEM approved. Repairs are generally excluded but may be priced separately if approved.
Contract & Timeline
- Contract Type: Firm-Fixed-Price purchase order
- Duration: One-year base period with four (4) one-year option periods
- Set-Aside: No set-aside specified
- Product Service Code: J041 (Maintenance, Repair And Rebuilding Of Equipment: Refrigeration, Air Conditioning, And Air Circulating Equipment)
- Published Date: February 3, 2026
- Quotation Due Date: March 11, 2026, at 10:00 SAST
Evaluation
Award will be made to the lowest priced, technically acceptable, responsible offeror. The government reserves the right to reject proposals deemed unreasonably low or high in price. Offerors must be registered in the System for Award Management (SAM) prior to submission and demonstrate technical capability, past performance, and established business operations.
Key Requirements & Notes
- Pre-Quotation Conference/Site Visit: A mandatory pre-quotation conference and site visit will be held on February 26, 2026, at 10:00 SAST at the U.S. Consulate General Cape Town. Prospective offerors must contact Natheer Ford (Fordn@state.gov) by February 18, 2026, at 17:00 SAST to arrange entry, providing full attendee name(s), government-issued ID number(s), and vehicle details.
- Health & Safety: Bidders must submit a detailed, site-specific health and safety plan with their tender documents and a site-specific Health and Safety file to the POSHO at least three days before work begins. Compliance with stringent safety regulations, including task-specific procedures (e.g., Lockout/Tagout, Confined Space Entry, Electrical Safety), fall protection, and PPE, is critical. Non-compliance can lead to work stoppage or contract termination.
- Submission: Quotations must be in English, in MS-Word, MS-Excel, or Adobe Acrobat (PDF) format, and sent electronically to capetown_quotation@state.gov. File size must not exceed 30MB. Required documents include SF-1449, Section I Pricing, Section 5 Representations and Certifications, and a completed IRS Form W-14.