Preventive Maintenance Services for Mechanical Equipment.
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 in Tegucigalpa, Department of State, is soliciting quotations for Preventive Maintenance Services for Mechanical Equipment within the embassy compound in Honduras. This is a Firm Fixed-Price contract with a one-year base period and one one-year option. The contract will be awarded based on the Lowest Priced Technically Acceptable (LPTA) offer. Quotations are due by Monday, May 18, 2025, at 10:00 am local time.
Scope of Work
The requirement is for preventive maintenance services for critical mechanical equipment and cooling systems. This includes inspection, maintenance, and component replacement for:
- Three Modular Scroll Aire-Cooled Chillers (60 Ton each)
- One Primary Pump module (92-50 HP Single Primary/Standby)
- One 50 HP Pump motor Starter/Variable Frequency Drive
- One Heat Exchanger Module
- Fifteen Fan Coil Units (3 to 10 tons approx.)
- One VAV terminal unit
- Four Exhaust Fans (500 to 1500 CFM approx.)
- One Electric Water Heater
- One Domestic Water Booster Pump Skid, Storage Tank, and Pump Controller
The contractor must provide trained technicians, all necessary materials, tools, and equipment. Repairs are explicitly NOT included and will be priced separately.
Contract & Timeline
- Contract Type: Firm Fixed-Price
- Period of Performance: One-year base period with a maximum of one one-year optional period.
- Expected Commencement: No later than September 03, 2026.
- Place of Performance: New Embassy Compound (NEC), Tegucigalpa, Honduras.
- Set-Aside: None specified. All responsible sources may submit a quotation.
- Offer Validity: 60 days.
- Quotations Due: Monday, May 18, 2025, at 10:00 am local time.
- Questions Due: Tuesday, May 12, 2025, at 10:00 am local time.
Submission & Evaluation
Quotations must be submitted electronically to TguBids@State.gov. The email subject line must be "RFQ 19H08026Q0035 – Quotation Enclosed – Company Name". Accepted file formats are MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF), with a maximum file size of 30MB per file. Required documents include SF-18, Section I (Pricing), Section 5 (Representations and Certifications), additional information from Section 3, and Proof of SAM Registration. The Government may award based on the initial offer without discussion. Evaluation will be based on the Lowest Priced Technically Acceptable (LPTA) offer.
Eligibility & Notes
Offerors are encouraged to register in SAM (System for Award Management) prior to submission. An active NCAGE Code is required at the time of proposal submission. The selected awardee must obtain active SAM registration within the first six months of the contract and maintain it. This opportunity is subject to FAR provision 52.229-12 (Tax on Certain Foreign Procurements). Value Added Tax (VAT) is not applicable. U.S. firms will be paid in U.S. dollars; non-U.S. firms in local currency. Offerors must cover Defense Base Act (DBA) insurance premium costs.