Supply and Delivery of Water Purification Systems
SOL #: 19RP3826Q0035Solicitation
Overview
Buyer
State
State, Department Of
U.S. EMBASSY MANILA
WASHINGTON, DC, 20520, United States
Place of Performance
MANILA, PH-MAN, Philippines
NAICS
Water, Sewage and Other Systems (2213)
PSC
Other Quality Control, Testing And Inspection Services: Water Purification And Sewage Treatment Equipment (H946)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
Jan 12, 2026
2
Last Updated
Feb 26, 2026
3
Submission Deadline
Feb 27, 2026, 6:00 AM
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 Manila, under the Department of State, is soliciting firm-fixed price quotations for the Supply and Delivery of Water Purification Systems. This opportunity requires vendors to provide specific water purification units, including Jerrycan Type and Icon LifeSaver C1 Economy Variant, with detailed technical specifications. Offers are due by February 27, 2026, at 2:00 PM (Philippine local time).
Scope of Work
This Request for Quotation (RFQ) seeks the supply and delivery of Water Purification Systems. Key items include:
- Item 1: Water Purification System – Jerrycan Type (e.g., ICON LifeSaver Jerrycan, Part No. JGA102, or equivalent). Quantity: 40 EACH.
- Item 2: Water Purification System – Icon LifeSaver C1 Economy Variant (or equivalent). Quantity: 4.0 EACH. Bidders must confirm compliance with capacity, dimension, and purification requirements as detailed in the technical specifications. Products and services must comply with the NDAA.
Contract Details
- Contract Type: Firm-Fixed Price.
- Delivery: All items must be delivered within 45 business days after Purchase Order (PO) receipt. Offshore vendors must use Delivered Duty Paid (DDP) Incoterm, including door-to-door shipping. Domestic vendors should provide standard delivery costs to the specified warehouse in Quezon City, Manila, Philippines.
- Payment: VAT exempt. U.S. firms are eligible for payment in U.S. dollars; foreign firms will be paid in local currency via Electronic Fund Transfer (EFT) within 30 days.
- Clauses: Specific FAR/DOSAR clauses are incorporated by reference, including those related to Telecommunications and Video Surveillance Services or Equipment.
- Defective Items: Defective or damaged items must be replaced within 7 calendar days of notification.
Submission & Evaluation
- Offers Due: February 27, 2026, no later than 2:00 PM (Philippine local time).
- Submission Method: Electronic submissions are acceptable via email to ManilaPurchasing@state.gov.
- Format: Offers must be in English, using MS-Word, MS-Excel, or Adobe Acrobat (PDF) format. File size must not exceed 10MB per file; larger submissions must be split into multiple emails.
- Evaluation: Award will be made to responsible offerors in accordance with FAR 9.104-1. The Government may award based on the initial offer without discussion.
- Vendor Experience: Vendors must provide at least two (2) recent contracts for similar supply and delivery within the past three (3) years, or a written statement demonstrating capability.
Eligibility & Set-Aside
- Set-Aside: This RFQ is not a small business set-aside.
- Registration: Contractors must be registered in the SAM (System for Award Management) Database prior to submitting an offer, especially for actions over USD $30K.
Key Contacts
- Primary: Michael Warren
- Secondary: Abegail B. Lamban-Tubo
- Email for Submissions/Inquiries: ManilaPurchasing@state.gov
People
Points of Contact
Michael WarrenPRIMARY
Abegail B. Lamban-TuboSECONDARY