RFQ 19PE5026Q0011 - FAC - Replacement of CMR Security Barriers
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, U.S. Embassy Lima, has issued an RFQ (19PE5026Q0011) for the replacement of security barriers at the Chief of Mission residence in Lima, Peru. This is a Firm Fixed-Price contract, with award intended for the lowest priced, technically acceptable, and responsible quoter. Proposals are due March 17, 2026.
Scope of Work
This solicitation requires the replacement of three security barriers located outside the Chief of Mission residence along the perimeter wall. All construction must adhere to Bureau of Overseas Building Operations' Building Codes, ADA Standards, and specific ICC/NFPA codes. Detailed specifications for barrier performance, manufacture, and installation are provided in Exhibit 1 of the RFQ package. The contractor will be responsible for providing all necessary equipment and materials, while the Embassy will supply water and electrical power.
Contract Details
- Contract Type: Firm Fixed Price
- Period of Performance: Work must commence within 10 calendar days after notice to proceed and be completed within 60 calendar days.
- Liquidated Damages: USD 73.45 for each calendar day of delay.
- Product Service Code: Y1PZ - Construction Of Other Non Building Facilities
Eligibility & Set-Aside
While no specific set-aside is designated, offerors must meet stringent eligibility criteria:
- Be technically qualified and financially responsible.
- Possess an established business with a permanent address and telephone listing in Peru.
- Demonstrate the ability to understand written and spoken English.
- Provide a SAM Unique Entity ID and NCAGE code.
- Have verifiable prior construction experience.
- Possess necessary personnel, equipment, financial resources, local licenses, permits, and insurance.
- Be able to obtain adequate performance security.
- Have no adverse criminal record or political/business affiliations contrary to U.S. interests.
Submission & Evaluation
- Pre-Proposal Conference/Site Visit: March 05, 2026.
- Questions Due: March 09, 2026.
- Proposals Due: March 17, 2026, by 11:00 a.m. local time.
- Submission Method: Electronically in Word or PDF format.
- Award Basis: Lowest priced, technically acceptable, responsible quoter.
- Evaluation Factors: Compliance with RFQ terms, proposed performance period, integrity, organization, experience, skills, equipment, facilities, and eligibility requirements.
Contacts
- Primary: Patrick McElroy (mcelroyph@state.gov, 5116182625)
- Secondary: Jessica Mendez (Mendezj@state.gov, 5116182190)