U.S. EMBASSY SENEGAL _ Preventive Maintenance of the Fuel Management Systems
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 Senegal is soliciting quotations for Preventive Maintenance of Fuel Management Systems in Dakar, Senegal. This Unrestricted Request for Quotations (RFQ) seeks a responsible company to provide professional maintenance services under a Firm-Fixed Price contract. The U.S. Government intends to award to the lowest priced acceptable offer.
Scope of Work
The requirement is for professional preventive maintenance services for fuel management systems, ensuring all systems are in good operational condition. Specific tasks include inspection, adjustment, and scheduled preventive maintenance, along with the provision of consumable materials. Detailed procedures are outlined in Exhibit A - Statement of Work.
Contract Details
- Type: Firm-Fixed Price
- Period of Performance: One base year with four one-year option periods.
- Estimated Start Date: No later than August 1, 2026.
- Payment: Contract will be payable in USD. Costs for materials, labor, insurance, overhead, profit, and GST must be included in the Contract Line Item Numbers (CLINs). Value Added Tax (VAT) is not applicable.
- Set-Aside: UNRESTRICTED.
Submission & Evaluation
- Proposals Due: April 2, 2026, at 12:00 p.m. local time.
- Submission Method: Proposals must be in English and submitted in separate sealed envelopes (one technical, one financial) or electronically to dakarsolicitation@state.gov.
- Required Documents: SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), IRS Form W-14, and proof of System for Award Management (SAM) registration.
- SAM Registration: Offerors must be registered in SAM (sam.gov) prior to proposal submission.
- Evaluation Criteria: Award will be made to the lowest priced, acceptable, responsible offeror, considering price, technical information (Section 3), and contractor responsibility (FAR 9.1).
Key Dates & Contacts
- Questions Due: March 18, 2026, via email to dakarsolicitation@state.gov.
- Primary Contacts: Seth R Rogers and Ndeye Toutane DANFA (dakarsolicitation@state.gov).