Preventive Maintenance Contract Waste Water Treatment Plant (WWTP)
ID: 19KE5025Q0087Type: Combined Synopsis/Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFAMERICAN EMBASSY NAIROBIWASHINGTON, DC, 20520, USA

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (8113)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- WATER PURIFICATION AND SEWAGE TREATMENT EQUIPMENT (J046)
Timeline
    Description

    The U.S. Embassy in Nairobi, Kenya, is seeking proposals for a Preventive Maintenance Contract for its Waste Water Treatment Plant (WWTP) under Solicitation Number 19KE5025Q0087. The contract requires the contractor to provide qualified personnel, tools, and materials for both scheduled and unscheduled maintenance services, adhering to a strict maintenance schedule and ensuring compliance with U.S. and local laws. This contract is crucial for maintaining the operational integrity of the wastewater treatment systems at the embassy, emphasizing safety and proper disposal of hazardous substances. Proposals must be submitted via email by August 27, 2025, with a pre-proposal conference and site visit scheduled for August 19, 2025. Interested parties can contact Leslie Marks at marksLE@state.gov or Eric Kamau at KamauEM@state.gov for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The Activity Hazard Analysis (AHA) form is a critical document used in government projects, likely for RFPs and grants, to assess and mitigate risks. It requires detailed identification of work tasks, project locations, and an overall risk assessment code (RAC). The form uses a RAC matrix that categorizes risks by "Severity" (Catastrophic, Critical, Marginal, Negligible) and "Probability" (Frequent, Likely, Occasional, Seldom, Unlikely) to determine risk levels (Extremely High, High, Moderate, Low). Users must list job steps, associated hazards, control measures, equipment, training requirements, and inspection protocols. The highest RAC identified for any hazard must be noted on the form. This systematic approach ensures that potential dangers are thoroughly evaluated and managed, promoting safety and compliance throughout project execution.
    The Activity Hazard Analysis (AHA) for scaffolding erection at "Out There, MD," contract CEPOJ-SO-263-4873, outlines safety protocols and risk assessments. Prepared by Joe Brown, SSHO, and reviewed by Dave Smith, CSP/SOH Manager, the document identifies potential hazards and corresponding controls for each stage: general safety, setup, assembly, and use/disassembly of scaffolding. Hazards include back strain, lacerations, scaffold failure, falls, and electrical shock. Controls involve proper lifting techniques, PPE (hardhats, gloves, safety glasses), component inspection, fall protection (100% required above 6 ft), and adherence to safety guidelines like EM 385-1-1. The overall risk assessment code is Moderate (M). The AHA also lists required equipment, training, and daily inspection protocols, emphasizing that the document is not exhaustive and requires a competent person to review additional safety manuals and specifications. Crane setup is covered in a separate AHA.
    The document outlines a Risk Assessment Code matrix used to evaluate potential risks based on severity and probability. Severity levels range from Catastrophic (death, major property damage) to Negligible (first aid, minor damage), while probability levels range from Frequent (occurs very often) to Unlikely (can assume will not occur). The matrix assigns a risk level (E, H, M, L) by correlating severity (I, II, III, IV) with probability (A, B, C, D, E). This framework is crucial for government RFPs, federal grants, and state/local RFPs to assess and manage risks associated with projects, ensuring safety, compliance, and effective resource allocation by providing a standardized method for risk evaluation and mitigation planning.
    The U.S. Embassy in Nairobi, Kenya, issued Solicitation Number 19KE5025Q0087 for a Preventive Maintenance Contract for its Waste Water Treatment Plant (WWTP). The Request for Quotation (RFQ), dated August 12, 2025, invites proposals for a firm-fixed-price contract covering scheduled and unscheduled maintenance services for up to five years. Key requirements include submitting SF 1442, a pricing breakdown, representations and certifications, and a Gantt chart. Proposals must be emailed by August 27, 2025, 10:00 am. A pre-proposal conference and site visit are scheduled for August 19, 2025. The contractor must provide qualified personnel, tools, and materials, adhere to a strict maintenance schedule, and properly dispose of hazardous substances. The contract emphasizes compliance with U.S. and local laws, and requires specific insurance and safety plans. Invoices will be submitted bi-annually via an online platform in Kenya Shillings and must include signed maintenance checklists. The U.S. Embassy Nairobi will not reimburse Value Added Tax (VAT) under this contract.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    PrA-PreSolicitation Notice for Bulk Water delivery services for U.S. Embassy Harare in Zimbabwe
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide bulk potable water delivery services for the U.S. Embassy in Harare, Zimbabwe. The procurement aims to secure a reliable supply of potable water to meet the needs of the U.S. Mission, with an anticipated contract structure consisting of a base year and two one-year option periods. This service is critical for ensuring the operational readiness and sustainability of the embassy's facilities. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to submit electronic proposals, with the solicitation expected to be published on beta.SAM.gov. For further inquiries, potential bidders can contact Damian Richard or Annie Chinyanganya at HarareGSOProcurement@state.gov or by phone at +26388677011000.
    U.S. Embassy in South Africa has a requirement for Janitorial services.
    Buyer not available
    The U.S. Embassy in South Africa is seeking qualified contractors to provide janitorial services for its facilities in Pretoria, including the Chancery, Annex, Warehouse, and Community Centre. The contract will be a firm fixed-price type, covering a base year with four optional one-year extensions, and will require the contractor to manage all personnel, cleaning materials, and equipment necessary for daily, weekly, monthly, and quarterly cleaning tasks, as well as event-related services. Compliance with U.S. Government standards, South African laws, and specific Embassy safety and security regulations is mandatory, including background checks for personnel and submission of a site-specific safety plan. Interested contractors should contact Johann Baasden at baasdenjw@state.gov or William S. Bostwick at bostwickws@state.gov for further details, and must be registered in the SAM database prior to submitting their offers.
    Waste Removal Services
    Buyer not available
    The U.S. Embassy in Oslo, Norway, is seeking qualified vendors to provide waste removal services for the Embassy Compound and the Deputy Chief of Mission residence. The procurement involves a firm-fixed-price contract with an Indefinite-Delivery Indefinite-Quantity (IDIQ) structure, consisting of a one-year base period and three optional one-year extensions. This service is crucial for maintaining the cleanliness and environmental standards of the Embassy facilities. Quotations must be submitted electronically in English by January 20, 2026, at 16:00 local time, and interested contractors should ensure they are registered in the SAM database prior to submission. For further inquiries, vendors may contact Caroline E. Harley at HarleyCE3@state.gov or Johanna Dawson at OsloGSOBids@state.gov.
    Water Filtration Plant – Design, Supply, Installation, and Commissioning Services
    Buyer not available
    The U.S. Consulate General in Cape Town is seeking qualified contractors to design, supply, install, and commission a new potable water filtration plant following damage from a recent flooding event. The project encompasses engineering design, equipment procurement, installation of stainless-steel piping, and integration of mechanical and electrical systems, all adhering to U.S. Government and South African safety standards. This procurement is critical for restoring essential water services and ensuring public health in the region. Interested vendors must submit their quotations electronically by January 15, 2026, and are encouraged to attend a pre-quotation conference on December 18, 2025, with further inquiries directed to capetownquotation@state.gov.
    U.S. Consulate Cape Town- Replacement of Triplex Potable Water and Duplex Cooling Tower Booster Pumps
    Buyer not available
    The U.S. Department of State, through the American Consulate in Cape Town, is soliciting quotations for the replacement of the Triplex Potable Water Booster Pump System and the Duplex Cooling Tower Booster Pump System. This project entails the removal of existing units and the supply and installation of new booster pump packages, specifically “Grundfos or equal” systems, along with necessary mechanical and electrical works, commissioning, and documentation. The successful contractor must have at least ten years of experience in pump engineering services and comply with strict health and safety specifications outlined in the solicitation documents. Interested vendors must submit their quotations by December 18, 2025, and can contact Natheer Ford or Kristin Braden for further inquiries. A site visit is scheduled for December 4, 2025, and all submissions must adhere to the specified formats and requirements detailed in the solicitation documents.
    Water closed-loop cleaning, passivation and treatment
    Buyer not available
    The Department of State, specifically the Embassy in Tbilisi, is seeking suppliers for water closed-loop cleaning, passivation, and treatment equipment. This procurement aims to secure essential supplies that will enhance water purification processes, which are critical for maintaining operational standards and environmental compliance. The opportunity underscores the importance of reliable water purification equipment in supporting diplomatic missions and ensuring the health and safety of personnel. Interested vendors can reach out to Kam Gordon at GordonKJ@state.gov or by phone at (995)32 227 70 00, or contact Nana Bregvadze at BregvadzeN@state.gov or (995)32 227 7201 for further details.
    Maintenance of Elevators at US Embassy Building - Pristina
    Buyer not available
    The U.S. Department of State is seeking qualified contractors for the maintenance of elevators at the U.S. Embassy building in Pristina, Kosovo. This procurement is a pre-solicitation notice for a Request for Quotation (RFQ) regarding a commercial item, with the contract anticipated to be a firm fixed-price type covering a base year and four optional one-year periods. The maintenance services are crucial for ensuring the operational efficiency and safety of the embassy's facilities. Interested contractors must be registered in the System for Award Management (SAM) database and can submit their offers electronically or via hard copy by the response deadline of January 16, 2026, at 15:00 LT. For further inquiries, contact Thed Ball at balltb@state.gov or Burim Buza at BuzaBM@state.gov.
    TEGUC - Preventive Maintenance Services for HVAC System
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Tegucigalpa, Honduras, is seeking proposals for a Preventive Maintenance Service Contract for its HVAC system, which includes various components such as modular chillers and air-handling units. The contract aims to ensure the efficient operation and maintenance of the HVAC system, which is critical for maintaining a comfortable and safe environment within the embassy facilities. The contract is set for one year with an option to extend for an additional six months, and proposals are due by December 8, 2025, at 10:00 a.m. local time, with a pre-proposal conference scheduled for November 28, 2025. Interested bidders can submit their quotations to TguBids@State.gov, and the contract will be awarded to the lowest-priced, responsible offeror.
    GARBAGE COLLECTION AND DISPOSAL SERVICES FOR U.S. EMBASSY PHILIPPINES
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide garbage collection and disposal services for the U.S. Embassy in the Philippines. The procurement aims to establish a firm fixed-price contract for a base year, with the possibility of four one-year options and an additional six-month option, contingent upon government needs. These services are crucial for maintaining the cleanliness and operational efficiency of the embassy's facilities. Interested contractors must register in the System for Award Management (SAM) prior to submitting proposals and are encouraged to attend a mandatory site visit and pre-quotation conference, with further details to be provided in the solicitation. For inquiries, contact Jewela S. Acuzar or Michael Warren at ManilaContracting@state.gov or by phone at 632-530-12000.
    Y--YOSE 215363 - Replace Tuolumne Meadows WWTP
    Buyer not available
    The National Park Service (NPS) is soliciting proposals for the replacement of the Tuolumne Meadows Wastewater Treatment Plant (WWTP) at Yosemite National Park in California, under solicitation number 140P2026R0001. The project aims to construct a new facility adjacent to the existing WWTP, which is over 50 years old and serves a significant visitor area, including campgrounds and a visitor center, handling up to 60,000 gallons of wastewater per day. This comprehensive construction project, with an estimated value exceeding $10 million, includes various components such as influent pumping, liquid treatment, and solids handling, while ensuring the existing facility remains operational until the new plant is commissioned. Proposals are due by January 16, 2026, and interested contractors should direct inquiries to Mark Barber at markbarber@nps.gov or call 721-621-7310.