TEGUC - Preventive Maintenance Services for Electric Switchgears
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, Honduras, requires Preventive Maintenance Services for Electrical Switchgear systems (RFQ 19H08026Q0016) within the embassy compound. This combined synopsis/solicitation aims to ensure readiness and proper operation of all switchgear systems. The anticipated contract is a firm-fixed-price type for a one-year base period with two one-year options. Quotations are due by December 29, 2025, at 10:00 am (local time).
Scope of Work
The contractor will provide preventive maintenance on electrical switchgear systems, ensuring services align with manufacturer recommendations. Key requirements include:
- Performing preventive maintenance on electrical switchgear systems.
- Providing unlimited remote support for operational and troubleshooting issues.
- Offerors must be authorized Regal Rexnord representatives trained to service THOMSON POWER SYSTEM branded switchgears.
- Providing onsite training (minimum 8 hours) to post Facilities electricians on switchgear maintenance.
- Maintaining equipment in safe, reliable, and efficient operating condition.
- Providing all necessary personnel, transportation, equipment, tools, supplies, and materials.
- Ensuring personnel wear appropriate safety protection and adhere to safety procedures like Lock Out Tag Out (LOTO).
- Providing emergency assistance within 24 hours of contact.
- Submitting a list of necessary parts, detailed discrepancy reports, and Bill of Materials (BOM) for repairs.
- Coordinating shutdowns with post personnel.
Contract & Timeline
- Contract Type: Firm Fixed-Price Purchase Order.
- Period of Performance: One-year base period with two one-year options.
- Set-Aside: None specified (open competition).
- Questions Due: December 17, 2025, at 10:00 am (local time).
- Quotations Due: December 29, 2025, at 10:00 am (local time).
- Published: December 11, 2025.
Submission & Evaluation
Quotations must be submitted electronically to TguBids@State.gov. The email subject line must be "RFQ 19H08026Q0016 – Quotation Enclosed – Company Name". Required submissions include SF-18, Section I (Pricing), Section 3 additional information, Section 5 Representations and Certifications, and proof of SAM Registration. Files must be in MS-Word, MS-Excel, or Adobe Acrobat (pdf) format, not exceeding 30MB per file. Evaluation: Award will be made to the lowest priced, acceptable, responsible offeror.
Eligibility & Notes
- All responsible sources may submit a quotation.
- Offerors are encouraged to register in SAM.gov prior to submission; awardee must obtain active SAM registration within the first six months of the contract's period of performance.
- Offerors must provide an active NCAGE Code.
- Offerors must be authorized Regal Rexnord representatives trained and authorized to service THOMSON POWER SYSTEM branded switchgears.
- Incomplete proposals will not be accepted, and proposals must be in English and valid for 60 days.
- Value Added Tax (VAT) is not applicable as the U.S. Embassy has a tax exemption certificate.