US Consulate Sao Paulo Warehouse Painting Project
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, Consulate General Sao Paulo, intends to award a firm-fixed-price purchase order for a Warehouse Painting Project at its facility in São Paulo, Brazil. This opportunity involves painting the interior walls, ceiling, and concrete floor of the warehouse. Amendment 01 has revised the solicitation in its entirety, superseding the original. Quotations are due by April 22, 2026.
Scope of Work
The project requires painting the interior walls, ceiling, and concrete floor of the warehouse at the U.S. Consulate General, Rua Henry Dunant, #700, Santo Amaro, São Paulo, Brazil. The work is structured into five phases:
- Phase 1: Kickoff meeting and walkthrough.
- Phase 2: Ceiling painting.
- Phase 3: Wall painting.
- Phase 4: Floor painting (self-leveling epoxy flooring).
- Phase 5: Final Report.
Contract Details
- Contract Type: Firm-fixed-price purchase order.
- Period of Performance: Approximately 60 working days from the Notice to Proceed (NTP).
- Set-Aside: None specified.
- Product Service Code: Y1AZ (Construction Of Other Administrative Facilities And Service Buildings).
Submission & Evaluation
- Response Due: April 22, 2026, at 8:00 PM (BRT/GMT-3).
- Submission Format: English, MS-Word 2007/2010, MS-Excel 2007/2010, or Adobe Acrobat (PDF). File size not to exceed 30MB per file.
- Submission Email: saopauloprocurement@state.gov and CanosMG@state.gov.
- Required Documents: SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), additional information as required in Section 3, and proof of SAM registration.
- Evaluation Criteria: Award will be made to the lowest priced, technically acceptable, responsible offeror. Evaluation factors include past performance, technical information, contractor responsibility (financial resources, ability to comply with performance period, integrity, organization, experience, skills, equipment, facilities), and eligibility.
Important Notes
- Amendment 01 supersedes the original solicitation. Offerors must refer to the revised solicitation for all current details, including the updated site visit date.
- Offerors must be registered in the System for Award Management (SAM) database.
- Offerors must operate an established business with a permanent address and telephone listing in Brazil or plan to establish an office within 30 days of contract award.
- Primary Contact: Magno Canos (ProcurementSP@state.gov, 551132505489).