Warehouse space and associated logistic services
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 San Salvador is soliciting proposals for external warehouse space and associated logistics services to support the Bureau of International Narcotics and Law Enforcement (INL) in El Salvador. This is an Unrestricted opportunity, with the U.S. Government intending to award a firm-fixed price purchase order to the lowest acceptable and responsible offeror. Proposals are due January 24, 2026.
Scope of Work
The requirement includes:
- Warehouse Space: An enclosed, secure facility with reinforced walls, offering a minimum of 150 m² and a maximum of 160 m² storage capacity, with an internal height of at least 9 meters (approximately 1,450 m³ total capacity). Direct and unobstructed access to loading/unloading areas is essential.
- Security: Provision of 24/7 on-site security guards, robust access control, and monitored alarm systems with CCTV surveillance.
- Fire Safety: The facility must be equipped with fire prevention, detection, and suppression systems.
- Facilities Maintenance & Utilities: Ongoing maintenance and provision of essential utilities, including water, electricity, and Wi-Fi.
- Relocation and Transportation: Management of existing storage racks and transportation of items to the new facility using a truck with at least 8 tons capacity.
- Office and Amenities Access: Designated workspace for one person and access to restroom facilities.
Contract & Timeline
- Contract Type: Firm-fixed price purchase order.
- Period of Performance: One (1) base year, commencing April 1, 2026, with two (2) option years.
- Minimum/Maximum Amounts: Minimum order total of $2,500.00; maximum order total of $120,000.00.
- Set-Aside: Unrestricted.
- Submission Deadline: January 23, 2026 (as per document summary, overriding metadata's Jan 24).
- Published Date: December 19, 2025.
Evaluation
Award will be made to the lowest priced, acceptable, responsible offeror. Acceptability will be determined by assessing compliance with all RFQ terms, including technical requirements. Responsibility will be determined by analyzing FAR 9.1 requirements.
Additional Notes
- Required Documents: Completed SF-1449, Section I (Pricing), Section 5 (Representations and Certifications), and any additional information required in Section 3.
- Site Visits: Conducted on January 13, 14, and 15, 2026. Interested offerors must schedule visits between January 7-9, 2026, by contacting CotoAB@state.gov.
- Questions: Must be submitted in writing to GrijalvaJE@state.gov, with a copy to CotoAB@state.gov, no later than January 20, 2026.
- Proposals must be in English. Incomplete proposals will not be accepted.
- Value Added Tax (VAT) is not applicable due to the U.S. Embassy's tax exemption certificate.