RESIDENTIAL GENERATOR MAINTENANCE
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 Nouakchott, Mauritania, under the Department of State, is seeking proposals for Residential Generator Maintenance services. This combined synopsis/solicitation covers preventive maintenance for 36 generator systems located in embassy residences. The contract will consist of a base year and three option years. Proposals are due by February 20, 2026, at 18:00 GMT.
Scope of Work
The selected contractor will perform comprehensive preventive maintenance on 36 generator systems. This includes providing all necessary materials, supervision, labor, and equipment. Key maintenance areas involve the diesel generator prime mover, alternator, fuel, cooling, ventilation, lubrication, start, and transfer systems, as well as control and monitoring systems. Personnel must adhere to safety protocols, including wearing appropriate protection and providing Material Safety Data Sheets (MSDS) for HAZMAT. Emergency assistance for generator support must be provided within 24 hours at an hourly rate. The government will not supply load banks for testing. Detailed reporting of discrepancies, including Bill of Materials (BOM) and labor quotes for repairs, is required. Maintenance schedules include monthly visual inspections, monthly 1-hour full load test operations, semi-annual/250-hour tasks (e.g., air cleaner, oil/fuel filter replacement), and annual/250-hour tasks (e.g., generator bearing inspection, coolant flush, engine valve lash adjustment), along with manufacturer recommendations.
Contract & Timeline
- Type: Combined Synopsis/Solicitation
- Duration: Base year + 3 option years
- Set-Aside: None specified (open to all responsible sources)
- Proposal Due: February 20, 2026, at 18:00 GMT
- Published: January 20, 2026
Evaluation
Award will be made to the lowest priced, technically acceptable offeror. Offerors must include a completed copy of FAR 52.212-3. Key clauses such as FAR 52.212-1, FAR 52.212-2, FAR 52.212-4, FAR 52.212-5, and DOSAR provisions are applicable.
Additional Notes
This announcement serves as the only solicitation; a separate written solicitation will not be issued. Contractors must be registered in the System for Award Management (SAM) Database. Special attention is required for clauses related to covered telecommunications equipment (FAR 52.204-24, FAR 52.204-25, and FAR 52.204-26). Questions regarding the solicitation should be directed to NouakchottGSOSolicitations@state.gov.