U.S. Embassy in Tegucigalpa – Delivery of Bottled Water to US Government Facilities
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, has issued a Combined Synopsis/Solicitation for the delivery of bottled water to U.S. Government-owned or leased residences and functional properties in Tegucigalpa and San Pedro Sula. This will be a Firm Fixed-Price contract with a base period and four option years. The government intends to award to the lowest priced, technically acceptable, responsible offeror. Offers are due March 30, 2026, at 10:00 a.m. (local time).
Scope of Work
The contractor will be responsible for the supply and delivery of bottled water in various presentations, including five-gallon bottles and 24-packs of 500 ml bottles. All water must meet or exceed NSF/ANSI standards and comply with the U.S. Department of State Water Safety Program requirements. Bulk, tanker, or non-bottled water is not authorized. The contractor must also adhere to U.S. Embassy security, safety, and access procedures, as well as maintain valid NSF certifications for bottled drinking water production.
Contract & Timeline
- Type: Firm Fixed-Price
- Duration: One base year (April 6, 2026 – April 5, 2027) with four (4) one-year option periods.
- Set-Aside: None specified.
- Response Due: March 30, 2026, at 10:00 a.m. (local time).
- Published: March 13, 2026.
Submission & Evaluation
Offers must be submitted electronically to tgubids@state.gov with the subject line "Quotation Enclosed – 19H08026Q0031". Submissions should be in Adobe Acrobat (pdf) format, with a maximum file size of 30MB per file. Required documents include SF-18, Section 1 (Pricing), Section 3 (Technical Information), Proof of Active SAM Registration (UEI), and Section 5 (Representations and Certifications). Award will be made to the lowest priced, technically acceptable, responsible offeror, assessing compliance with RFQ terms and FAR 9.1 criteria.
Eligibility
All responsible sources may submit an offer. Offerors must be registered in the System for Award Management (SAM) at https://www.sam.gov prior to quotation submission.