Preventive Maintenance Variable Refrigerant Flow, Chilled Water and Package Unit Air Conditioning Systems, Frankfurt
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 Regional Procurement Support Office (RPSO) Frankfurt is soliciting proposals for Preventive Maintenance services for Variable Refrigerant Flow, Chilled Water, and Package Unit Air Conditioning Systems at the U.S. Consulate General Frankfurt, Germany. This is a Combined Synopsis/Solicitation for a Firm Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, with one base year and four option years. The maximum dollar value is $1,500,000.00, with a guaranteed minimum of $5,000.00. Offers are due by February 27, 2026, at 15:00hrs CET.
Scope of Work
The contractor will provide comprehensive preventive maintenance and emergency standby services to ensure all AC systems at the U.S. Consulate General Frankfurt remain in good operational condition. This includes maintenance for 78 exterior units and 886 interior units across various locations (COB, J.-Becher 19, Siedlung, MSGQ). Tasks involve inspection, cleaning, component replacement (filters, belts, hoses, gaskets), and testing. The contractor is responsible for all necessary labor, tools, materials, and supplies. Repairs are not included in the base contract but labor rates for potential separate purchase orders must be provided.
Performance Standards
AC systems must be clean and in good operating condition post-service, operating efficiently and effectively. The primary performance standard is no more than one customer complaint per month.
Contract Details
- Contract Type: Firm Fixed-Price IDIQ
- Duration: One base year + four one-year option periods
- Estimated Value: Maximum $1,500,000.00; Guaranteed Minimum $5,000.00
- Set-Aside: None (Full and Open Competition, subject to WTO Government Procurement Agreement and Free Trade Agreements)
- Place of Performance: U.S. Consulate General Frankfurt, Germany
- Period of Performance: To commence no later than February 1, 2026
Submission & Evaluation
Offerors must submit proposals in two volumes: Price Volume and Technical Proposal. Offers will be evaluated based on a comparative evaluation (best value), where technical capability and past performance combined are considered equal to price. Offerors must demonstrate a clear and feasible approach to meeting all obligations.
Key Deadlines
- Questions Due: February 2, 2026, by 15:00hrs CET
- Offers Due: February 27, 2026, by 15:00hrs CET
Required Attachments & Forms
- Attachment A - SOW: Details the full scope of work.
- Attachment B - Pricing (Corrected): Offerors must use the corrected Excel spreadsheet (
19GE5026Q0021_0001-corrected Attachment B-Pricing.xlsx) to provide pricing for the base year and four option years, including repair labor rates. All 'total per year' fields must be filled by the offeror. - Attachment C - Representations and Certifications (FAR 52.212-3): Mandatory completion for business status, compliance, and eligibility.
- Attachment D - W-14: Foreign entities may need to complete this form for potential tax exemptions.
- Exhibit A & B: Updated lists of AC equipment at COB and Residential locations, providing specific details on units.
Special Requirements
Contractor personnel must adhere to government building access and conduct standards, including security clearances. Proof of proper hazardous substance disposal is required. Insurance requirements include Public Liability and Workers' Compensation. The contractor must register the contract according to local law if required. Applicable NAICS Code: 238220; PSC Code: J041.