FACILITIES OPERATIONS AND MAINTENANCE (O&M) SERVICES
ID: DRAFT19AQMM24R0191Type: Sources Sought
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFACQUISITIONS - AQM MOMENTUMWASHINGTON, DC, 20520, USA

NAICS

Facilities Support Services (561210)

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

8(a) Set-Aside (FAR 19.8) (8A)
Timeline
    Description

    The Department of State is seeking qualified contractors to provide Operations and Maintenance (O&M) Facilities Management services for over 40 of its domestic buildings and facilities across the United States. The procurement aims to ensure safe, comfortable, and sustainable work environments, covering a wide range of services including fire and life safety, electrical systems, HVAC, energy management, environmental compliance, plumbing, janitorial services, and grounds maintenance. This initiative is critical for supporting the Department's mission and maintaining operational efficiency. Interested parties should direct inquiries to Kiara Jackson at jacksonkd1@state.gov or Ryan Edwards at edwardsrc@state.gov, and are encouraged to review the associated draft RFP for detailed submission guidelines and requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for the Bureau of Administration's needs regarding Consolidated Facility Services (CFS) and Program Management Office (PgMO) operations for the Department of State's domestic portfolio. The contractors will be responsible for a range of services, including facility operations, preventive maintenance, repair services, and environmental compliance across over 157 domestic sites. The document emphasizes the importance of quality assurance and control, requiring contractors to establish a PgMO that monitors performance through metrics like Key Performance Indicators (KPIs) and Acceptable Quality Levels (AQLs). Additionally, the contractors must adhere to Reliability Centered Maintenance (RCM) methodologies to ensure operational efficiency and compliance with federal regulations. The scope includes specialized services such as safety oversight, environmental stewardship, and the management of Automated External Defibrillator (AED) programs. The document also specifies the need for contractors to ensure all personnel have appropriate clearances and follows necessary safety protocols. This statement serves as part of a broader government initiative to streamline and enhance facility management within the Department of State, ensuring operational readiness and compliance with both internal policies and external regulations.
    The government solicitation 19AQMM24R0191 seeks proposals for multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts to provide facilities maintenance services for the U.S. Department of State's Bureau of Administration, Office of Facilities Management Services. This solicitation operates under the 8(a) Program for small business participation, integrating policies from the Federal Acquisition Regulation (FAR). The contracts will establish base rates for labor categories, allowing for task orders to be issued based on fixed-price, time-and-material, or cost-reimbursable pricing structures. The contract specifies a five-year base period with an optional five-year extension and details the minimum ($10,000) and maximum quantities allowed under the IDIQ. Special contract requirements include comprehensive quality control measures, personnel qualifications, security clearances, and insurance stipulations. Contractors are required to provide a detailed list of key personnel qualifications and submit regular performance reports to the government. The overarching goal is to ensure high-quality maintenance services while adhering strictly to government standards and regulations.
    The document serves as a glossary of definitions related to maintenance practices and management for federal facilities. It outlines key concepts such as Age Exploration, which identifies effective maintenance intervals, and Availability, which measures a machine's operational time relative to its scheduled use. Other significant terms include Condition Assessment, Condition-Based Maintenance, and Reliability-Centered Maintenance, which focus on effectively managing facility upkeep based on current conditions and improving reliability. The glossary also emphasizes the importance of Preventive Maintenance and Predictive Maintenance in preventing failures and ensuring operational continuity. By providing a detailed understanding of these terms, the document aims to enhance maintenance strategies and decision-making processes within government RFPs and grant applications, ensuring that facilities are maintained to meet their intended purposes safely and efficiently. The systematic approach defined here aligns with federal standards for facility management while promoting cost-effective and dependable operations.
    The document represents a draft for a federal or state/local Request for Proposals (RFP) and outlines a framework for soliciting bids related to unspecified projects or services. Although the details are minimal, the draft likely serves as a preliminary outline to standardize the RFP process, ensuring clarity and compliance among potential bidders. Key components within the structure often include project objectives, deliverables, timelines, eligibility criteria, and evaluation metrics for proposals. This RFP aims to enhance government efficiency by attracting competitive bids from qualified vendors, fostering transparency in procurement processes. Overall, the draft reflects the government's intent to streamline engagements while adhering to regulatory standards, which is essential for maintaining integrity and accountability in public sector contracting.
    The document details the performance objectives and requirements for contractors involved in facility services for the U.S. Government, emphasizing the importance of comprehensive management plans. Key submissions include the Program Management Plan (PMP), Quality Control Plan (QCP), Cost Control Plan (CCP), and Occupational Safety and Health Plan, each with specific deadlines post-contract award for U.S. Government approval. Contractors must maintain strict operational standards, including 98% compliance in preventive maintenance procedures, service response times, equipment monitoring, and reporting deficiencies. Performance metrics include Mean Time to Repair (MTTR) and Mean Time Between Failures (MTBF), requiring detailed documentation and analysis. The contract stipulates regular inventory updates, safety training adherence, and proper documentation of water supply, plumbing, electrical, and fire safety systems. The purpose of these requirements aligns with government objectives for efficient, safe, and regulatory-compliant operations in managed facilities. This structured approach ensures that all contractors are held accountable for delivering high-quality service, contributing to the overall safety and performance of government facilities.
    The document outlines the Quality Assurance Surveillance Plan (QASP) combined with an Acceptable Quality Level (AQL) Matrix for maintenance and operational activities associated with federal facilities. It details various reporting and inspection requirements categorized based on frequency, including daily, weekly, monthly, and annual evaluations of systems like HVAC, electrical, plumbing, fire alarms, and water analysis. Each task is defined with its respective codes and necessary evaluations that must be conducted to ensure equipment functioning and compliance with safety standards. The document's structure presents critical equipment management practices, emphasizes preventive maintenance, and establishes comprehensive tracking systems using MAXIMO for work orders. It also highlights staff training, chemical safety compliance, and maintenance program procedures. By ensuring routine checks, efficient documentation, and adherence to safety protocols, the QASP aims to enhance operational readiness while mitigating risks posed by equipment failures and regulatory non-compliance. This initiative reflects the federal commitment to maintain high performance standards and ensure safety within government facilities.
    The document outlines the qualifications required for contractor employees engaged in government projects, emphasizing the necessity for certified personnel to meet position-specific skill levels. Contractors must ensure that all hired individuals possess valid licenses and certifications relevant to their roles, such as licensed engineers and electricians, and are responsible for maintaining current documentation. Additionally, resumes for all personnel involved in maintenance and repair must be submitted with the contractor's proposal, along with licensing evidence. The Contractor is also tasked with providing training in basic computer skills and specific systems, such as the Trane Summit System, with a minimum training requirement of 24 hours. Furthermore, any new employees brought on board after contract commencement must have similar documentation prepared and submitted ten days prior to their start date. Overall, the document emphasizes the importance of qualified personnel and ongoing training in compliance with federal and local regulations within the context of government RFPs and contracts.
    The document outlines a detailed Deliverables Matrix associated with a federal contract, specifying contractual obligations and timelines for various reports and plans required from the contractor. The main topic revolves around the management and oversight of multiple operational reports, including monthly status updates, quality control plans, health and safety assessments, environmental stewardship, and maintenance plans. Each deliverable is categorized by section, indicates whether it should be included in the bid, specifies due dates, annual review frequencies, and identifies points of contact, generally comprising a Contracting Officer and representatives from facilities management. Key deliverables include monthly health and safety, environmental stewardship, and QA/QC reports, alongside various operational and maintenance plans. A series of plans such as the Program Management Plan, Operations and Maintenance Plan, and Transition Plan are required within specific timelines following contract award. Additional assessments pertain to hazardous materials management, inventory reports, and compliance with regulations, ensuring comprehensive coverage of operational oversight. This structured framework helps in maintaining accountability and compliance with federal standards, emphasizing the importance of regular auditing and reporting in contract management.
    The Consolidated Facility Services (CFS) Matrix outlines the responsibilities of contractors and the U.S. Government regarding various facility management services. The document categorizes work areas including utilities, HVAC, fire protection systems, waste management, and maintenance tasks. Key contractor responsibilities include maintaining infrastructure like electrical systems, plumbing, and HVAC units, all of which must adhere to specified guidelines. Specialized services such as grounds maintenance and janitorial services are also highlighted. The U.S. Government will provide materials required for these services at no cost to the contractor. Exclusions noted include the cleaning of storm drainage and specific plumbing tasks beyond basic fixtures. This document serves as a framework for defining roles and ensuring compliance within federal contracts for facility management, aligning with broader government RFPs and grant purposes focused on maintaining operational efficiency and safety in government-owned facilities.
    The document outlines the Environmental Health and Safety (EHS) Management requirements for contractors engaged by the Department of State (DOS). The primary goal of the EHS program is to ensure that activities conducted support the DOS’s diplomatic missions in a safe, energy-efficient, and environmentally sustainable manner. It specifies the establishment of an EHS Management System, detailing roles, responsibilities, and compliance with federal, state, and local regulations. Key areas of focus include refrigerant management, hazardous material storage, workplace safety, solid waste management, and energy and water conservation. Contractors are required to maintain comprehensive records, ensure proper training for staff, and conduct regular audits. Specific requirements listed cover handling of hazardous materials, solid waste recycling, injury reporting protocols, and the implementation of green purchasing strategies. The contractor's responsibility extends to obtaining necessary permits, conducting energy audits, promoting workplace safety programs, and addressing any identified hazards. The document emphasizes the importance of continuous monitoring and evaluation of EHS practices, ensuring compliance and operational efficiency. Overall, it serves as a guide for contractors to align their activities with DOS policies while prioritizing environmental stewardship and workplace safety.
    This document outlines requirements and standards for fire protection and life safety equipment and systems contract services. Key responsibilities for the Contractor include maintaining operational status of all fire safety systems, conducting regular inspections, and ensuring compliance with the latest applicable codes, particularly NFPA standards. The Contractor must notify the Contracting Officer (CO) of any hazardous conditions and obtain necessary approvals before impairments. Specific sections detail services such as fire alarm system services, water-based fire suppression systems, emergency systems, and maintenance of fire doors and extinguishers, including operational protocols during testing and repairs. Furthermore, the Contractor is responsible for documenting all work, coordinating activities to minimize disruption, and conducting fire drills upon request. The document emphasizes the importance of safety, operational efficiency, and the need to maintain records for compliance and accountability. Overall, it establishes critical guidelines for ensuring effective fire safety management in government facilities, reflecting standards expected in government RFPs and grants.
    The document outlines the requirements for maintaining vertical transportation equipment, including elevators and related systems. The contractor is responsible for all labor, supervision, and procurement of materials necessary for the upkeep, predictive maintenance, and emergency repairs of these systems. A comprehensive Conveyance Systems (CFS) Plan is required, including compliance with codes and safety protocols ensuring trained personnel perform maintenance. Key duties include preventive maintenance, inspection, and testing of the systems, while exclusions cover power supply components and damages caused by external factors like vandalism. Performance standards dictate operating characteristics and specific testing protocols, ensuring that equipment functions efficiently. Contractor personnel must be well-trained, presenting a performance guarantee that holds them accountable for service disruptions. Call-back services for trouble calls must be prompt, highlighting response obligations during emergencies. The document emphasizes that performance evaluations may be conducted by neutral parties and mandates extensive documentation of all work performed. The purpose of this maintenance specification aligns with federal and state RFPs, ensuring that governmental vertical transportation systems are safe, efficient, and reliable for public use.
    The document outlines requirements for the operation and maintenance of Building Automation and Power Monitoring Systems (BAS/PMS) within federal facilities. It stipulates that a contracted service provider is responsible for maintaining all mechanical and electrical systems, including HVAC and emergency power systems. The contractor must ensure that BAS/PMS are kept updated with the latest software and that preventative maintenance (PM) services are performed regularly. Key responsibilities include creating and maintaining accurate system documentation, conducting quarterly backups of configuration data, and ensuring proper access management through a password retention system. Qualified personnel must oversee BAS/PMS operations, be available at all times to respond to alarm activations, and provide detailed incident reports when issues arise. The contractor must also ensure compliance with security protocols within controlled access areas. An annual preventive maintenance schedule is required, and the contractor must maintain a professional appearance throughout the site. This systematic maintenance program is essential for the uninterrupted operation of critical systems, ensuring safety and efficiency in government facilities, while also adhering to specified operational standards.
    This document serves as an attachment to federal government files, specifically detailing abbreviations and acronyms relevant to various sectors, including engineering, facility management, and environmental compliance. It organizes a comprehensive list of terms such as A&E (Architecture and Engineering), EPA (Environmental Protection Agency), and HVAC (Heating, Ventilation, and Air Conditioning), among others. The key function of this attachment is to streamline communication and understanding among stakeholders involved in federal RFPs, grants, and state/local requests for proposals. By providing a standardized lexicon, it aims to facilitate clearer discussions surrounding operations, maintenance, and safety protocols. Notably, terms like CMMS (Computerized Maintenance Management System) and O&M (Operations and Maintenance) indicate a focus on facility management practices, while others such as HAZMAT (Hazardous Materials) reflect adherence to regulatory standards. The structure categorically lists acronyms without excessive explanation, thereby allowing users of the document to quickly reference terminology pertinent to government-related operations and maintenance contexts. The document aligns with government objectives to promote efficiency and clarity in project management and execution within various domains.
    The government document outlines a Request for Proposals (RFP) focusing on funding opportunities for various federal and state grant programs. The purpose of the RFP is to solicit competitive proposals from eligible applicants to support specific projects and initiatives that align with federal and state priorities. It details the eligibility criteria, application process, selection criteria, and funding limitations for potential projects. Key topics include the emphasis on innovation, community impact, and collaboration across sectors. The document underscores the importance of transparency and accountability in the use of federal funds. Additionally, it provides a timeline for submission and evaluation, encouraging interested parties to submit detailed and well-structured proposals that demonstrate clear benefits to the community and adherence to compliance regulations. The overall goal is to foster effective partnerships and capitalize on diverse talents to address pressing societal challenges.
    The document pertains to RFPs (Requests for Proposals) and grant opportunities within the federal and state/local contexts. It outlines the process for obtaining funding for various projects, emphasizing compliance with specific guidelines set by governmental agencies. The draft suggests a structured approach for applicants, including eligibility requirements, proposal submission protocols, and evaluation criteria. It intends to ensure that projects align with governmental priorities and community needs, indicating a focus on transparency and accountability in public funding. The document serves as a critical resource for organizations seeking financial support, highlighting the importance of adhering to regulatory frameworks while pursuing innovation and improvement through funded initiatives. Overall, it reflects the administration's commitment to fostering responsible project development through structured funding mechanisms.
    The "Air Permit Compliance Assistance Tool" provides a structured workbook designed to help users adhere to air permit regulations related to the use of Adhesives, Sealants, Adhesive Primers, and Sealant Primers (collectively termed ASAPs). Specifically referencing HST's air permit (7305-SM, issued 3/1/22), the workbook consists of an "ASAPs List" for documenting and evaluating the ASAPs utilized, and an "ASAPs Limits" worksheet outlining applicable volatile organic compound (VOC) content limits for various applications. Each entry in the ASAPs List must correspond to the specific uses of ASAPs, while the Limits worksheet is maintained strictly for reference. The document establishes mandated record-keeping for at least five years from the date of completion and specifies various VOC content limits depending on the type of adhesive or sealant. Key details include limits for diverse applications ranging from structural glazing and tire retreading to automotive glass bonding, which emphasizes adherence to regulatory frameworks governing air quality compliance. The tool thus serves as a comprehensive guide for industry stakeholders to ensure compliance with environmental regulations in their use of ASAPs.
    The document outlines a Past Performance Questionnaire (PPQ) for contractors involved in federal projects, specifically under RFQ _19AQMM24R0191. It serves as a structured evaluation tool to assess contractor performance across several criteria, including quality of service, timeliness, price/cost control, business relations, and customer satisfaction. Each criterion is rated from exceptional to unacceptable with space provided for narrative feedback, facilitating a detailed performance review. The form requires completion of contract details such as the contractor's name, contract number, type, period of performance, and contract values. It also compels evaluators to document their contact information to track responses and resolve potential conflicts. Security assurances are made regarding the protection of submitted information per FAR 15.1004(e). The purpose of this document is to guide evaluations that inform future contract decisions, ensuring contractors can consistently meet government expectations and contractual obligations while maintaining accountability in federal procurement processes.
    This document outlines the processing procedures for Moderate Risk Public Trust Certifications required for personnel involved in contract performance, particularly by the Bureau of Diplomatic Security. It specifies that background investigations for U.S. and Third Country Nationals (TCNs) must be conducted before contract performance, and personnel are barred from starting until Public Trust certifications are granted. Preliminary checks may allow for interim certifications, but unfavorable findings will lead to disqualification from the contract. Local Nationals (LNs) must also be vetted by the embassy's Regional Security Office (RSO). The contractor is responsible for screening all personnel and notifying relevant authorities of any adverse findings. Access to the OPM portal is restricted to U.S. citizens who have at least a Moderate Risk Public Trust certification. Required documentation for the certification process includes various forms and identification proofs, which must be submitted promptly. Overall, the document emphasizes stringent vetting protocols to ensure the security and suitability of personnel involved in contracts within governmental frameworks.
    This document contains a draft for a federal government request for proposals (RFP) regarding full-service leasing arrangements for various site assets with specific structural specifications. It lists multiple site details, including address, building square footage, site square footage, and asset counts, though many values appear as incomplete or not specified. The key purpose seems to relate to identifying locations suitable for lease agreements, potentially for government offices or services. Each site is categorized by its size, which varies, indicating diverse leasing options available under this proposal. This document underscores the federal government's ongoing efforts to secure optimal spaces for operations, emphasizing the importance of proper site management and planning. Without complete data, however, it is challenging to ascertain full details or requirements associated with the leasing initiatives presented.
    The "Reliability Centered Maintenance (RCM) Manual" from April 2002 serves as a comprehensive guide for implementing RCM within the Department of State (DOS) facilities. RCM is defined as an integrated maintenance philosophy that combines reactive, preventive, condition-based, and proactive maintenance to optimize equipment reliability while minimizing costs. The manual details various components and methodologies of RCM, including rigorous and streamlined approaches to Failure Modes and Effects Analysis (FMEA). Key advantages of RCM include improved reliability, reduced maintenance costs, and enhanced safety and security. The manual outlines the importance of identifying system functions, failure characteristics, and the impact of failures on operations. It provides guidance on the use of different maintenance strategies based on the criticality of equipment and failure consequences. Applicable to all phases of facility lifecycle—planning, design, construction, equipment procurement, and maintenance—the manual emphasizes using RCM principles to develop Requests for Proposals (RFPs) and contracts. It advocates incorporating advanced condition monitoring technologies while assessing facilities’ operational needs and optimizing ongoing upkeep. Overall, the manual aims to elevate the effectiveness of maintenance practices at DOS facilities, aligning with federal standards and operational efficiency goals.
    This document outlines a comprehensive list of codes and regulations relevant to the Public Buildings Service (PBS) and the Department of State concerning facility design and construction standards. Key standards include guidelines from ASHRAE (American Society of Heating, Refrigerating and Air-Conditioning Engineers) for HVAC systems, numerous NFPA (National Fire Protection Association) standards for fire safety, and various environmental regulations such as the Clean Air Act, Clean Water Act, and Occupational Safety and Health Administration (OSHA) guidelines. The attachment serves as a reference for compliance with federal, state, and local codes, focusing on safety, energy efficiency, and environmental standards in building practices. These regulations ensure that federal facilities are designed, constructed, and maintained in a manner that protects public health and adheres to best practices across multiple disciplines. The document emphasizes the significance of these standards in facilitating compliance during government Request for Proposals (RFPs) and grants, guiding contractors and stakeholders toward sustainable practices.
    The document outlines the qualifications and requirements for key personnel involved in the Consolidated Facility Services (CFS) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. Key roles include a Program Manager, Operations Manager, and ERPS Supervisor, each with distinct responsibilities and necessary credentials. The Program Manager must have at least 15 years of experience in CFS support or facilities management, possess a relevant bachelor's degree, and hold a Top-Secret security clearance along with industry certifications. The Operations Manager shares similar experience requirements but may hold an associate's degree. The ERPS Supervisor requires ten or more years of expertise in asset management systems, and experience managing preventive maintenance across multiple facilities, while holding a Secret security clearance. Each role emphasizes the importance of effective environmental health and safety (EHS) training among personnel, aligned with federal and local standards, ensuring qualified staff deliver contract services effectively. Overall, the file details the essential qualifications required for personnel to maintain high standards within government contracts and services, emphasizing compliance, expertise, and operational authority. These requirements are critical for successful execution of CFS and related projects within the allocated budget and timelines.
    The document outlines the escalation and remediation process for resolving compliance issues related to contractual services at the federal level. It emphasizes a structured approach starting at the local GTM (Government Technical Manager) level, where issues should be addressed directly with the contractor before escalating to higher levels, such as the COR (Contracting Officer Representative) and CO (Contracting Officer). The process mandates thorough documentation and focuses on quantifiable discrepancies in service delivery. Generally, the first and second occurrences of the same issue are to be handled at Level 1 (local GTM), while the third occurrence or persistent problems necessitate escalation to Level 2. However, security violations bypass the three-occurrence rule, emphasizing their seriousness. This process ensures compliance and effective issue resolution within the framework of government RFPs and grants, maintaining operational integrity and accountability.
    The Program Management Plan outlines essential components for managing federal and state/local programs through its structured approach. Key elements include a clear vision and mission statement, which articulate the overarching objectives and purpose. The document emphasizes the setting of specific goals aligned with the overall mission. Critical areas such as risk management and quality control/assurance (QC/QA) processes are highlighted to ensure effective performance monitoring. Additionally, a Requirements Matrix is proposed to detail project necessities and align resources. Collectively, these components provide a framework for efficient program execution and accountability, aiming to enhance project outcomes while addressing potential risks and maintaining quality standards in compliance with government requirements.
    The document outlines the instructions and requirements for potential offerors in response to a government Request for Proposals (RFP) related to multiple Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts in the area of facility management services. Key components include guidelines on submissions, types of contracts, meeting requirements, and quality control plans. Specific sections address past performance evaluations, which should demonstrate substantial experience. Offerors are encouraged to provide fixed price task order proposals along with appropriate pricing structures for labor categories. The document highlights the necessity for a Program Management Office (PgMO) to oversee management reporting and establishes a Quality Control Plan to ensure service standards. Clarifications are requested regarding personnel roles, such as the responsibilities of the Quality Control/Quality Assurance manager and the scheduling of regular meetings, underscoring the importance of clear communication and defined roles in contract execution. This document serves to ensure that contractors understand the requirements, evaluation criteria, and expectations of the government while promoting fair competition and compliance within the procurement process.
    Lifecycle
    Similar Opportunities
    Operation and Maintenance Services of US Embassies
    State, Department Of
    The Department of State is seeking to procure operation and maintenance services for U.S. embassies and consulates, specifically supporting the Bureau of East Asian and Pacific Affairs and the Bureau of European and Eurasian Affairs. The contract will provide essential clerical, information technology, professional, and maintenance support services at various U.S. diplomatic missions in Europe and Asia, including embassies in Moscow, Kyiv, and Beijing, among others. These services are crucial for ensuring the effective functioning of U.S. diplomatic operations abroad. Interested parties can contact Todd Paynter at payntermt@state.gov for further information regarding this opportunity.
    Maintenance Repair Services
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico, is seeking proposals for maintenance and repair services for residential properties leased by the U.S. Government Mission in Mexico City. The contract encompasses a range of general maintenance tasks, including plumbing, electrical work, carpentry, painting, and other essential upkeep activities, as well as commissioning and decommissioning services for properties. This procurement is vital for ensuring that the leased housing remains safe, functional, and habitable for government personnel. Interested vendors must be registered in the System for Award Management (SAM) and submit their proposals electronically to the designated contacts, Morgan Osborne and Luisanatalia Salceda, at MexicoCityGSOSolicitations@groups.state.gov, prior to the specified deadline.
    Justification Notice - 19PM0723P0311 -INTERIOR CLEANING AND EQUIPMENT MAINTENANCE SERVICE
    State, Department Of
    The Department of State is seeking qualified contractors to provide interior cleaning and equipment maintenance services for the U.S. Embassy in Panama City. The procurement aims to ensure a clean and well-maintained environment within the embassy facilities, which is essential for the effective operation of diplomatic activities. Interested parties can reach out to primary contact Johanna Martinez at INLPROCPANAMA@STATE.GOV or by phone at 507-317-5000, or secondary contact Timothy Carpenter at PNMPROCREQ@state.gov, also at 507-317-5000, for further details regarding the opportunity.
    Janitorial Services
    State, Department Of
    The U.S. Department of State is seeking qualified contractors to provide janitorial services for the U.S. Embassy in Amman, Jordan. The contract will encompass cleaning and sanitation services to ensure a clean, safe, and hygienic environment for all staff and visitors, with an anticipated performance period consisting of a base year and four optional one-year extensions. This procurement is crucial for maintaining operational standards at the embassy, and interested contractors must be registered in the System for Award Management (SAM) prior to proposal submission. For further inquiries, potential bidders can contact Jeff K. Blythe at BlytheJK@state.gov or by phone at +962-6-590-6604.
    Gardening Services
    State, Department Of
    The U.S. Department of State is seeking qualified vendors to provide gardening services for the Chief of Mission Residence (CMR) and the Deputy Chief of Mission’s Residence (DCR) in Copenhagen, Denmark. The procurement will involve a firm fixed price contract with an anticipated performance period consisting of a base year and four one-year option periods, contingent upon government approval. These services are crucial for maintaining the aesthetic and functional quality of the residences, which serve as important diplomatic venues. Interested contractors must ensure compliance with Danish regulations, including obtaining necessary licenses and permits, and must be registered in the System for Award Management (SAM) prior to submitting their quotations. For further inquiries, potential offerors can contact Ryan D. Young or Ulrika C. Madsen at CopenhagenContracts@state.gov.
    Janitorial Services at the U.S. Consulate, Dubai, UAE
    State, Department Of
    The Department of State is seeking proposals for janitorial services at the U.S. Consulate in Dubai, UAE, under RFP number 19TC1226R0001. The contract, which is set to commence on March 2, 2026, requires the provision of all labor, materials, equipment, and services necessary for comprehensive cleaning operations at the consulate. This procurement is crucial for maintaining a clean and secure environment for diplomatic operations, with specific cleaning requirements outlined for various frequencies. Interested vendors must attend a pre-proposal conference on December 17, 2025, and submit their proposals via email by January 7, 2026, at 09:00 AM (UAE local time). For further inquiries, vendors can contact Danielle Aldawood at DubaiGSOProcurement@state.gov or Haya M Hajeer at HajeerHM@state.gov.
    Gardening Services
    State, Department Of
    The U.S. Department of State is preparing to solicit proposals for gardening services at the U.S. Embassy in Copenhagen, Denmark, which includes the Marine House, Chief of Mission Residence, and Deputy Chief of Mission’s Residence. The contract will cover a base year with four optional one-year extensions, contingent upon government approval, and requires vendors to possess the necessary licenses and permits to operate in Denmark, including compliance with local tax regulations. This opportunity is significant as it supports the maintenance of embassy grounds, ensuring a welcoming environment for diplomatic activities. Interested contractors must register in the System for Award Management (SAM) and are encouraged to submit their quotations electronically, adhering to the specified guidelines, with further details to be provided during a pre-quotation conference. For inquiries, contact Kevin M. Phillips or Ulrika Madsen at CopenhagenContracts@state.gov.
    Janitorial Services
    State, Department Of
    The U.S. Department of State is soliciting offers for janitorial services at the U.S. Embassy in Reykjavik, Iceland, under contract number 191C7026Q0002. The procurement involves a firm fixed-price contract for a one-year base period with two additional one-year options, covering comprehensive cleaning services across Embassy facilities totaling 1,891 square meters. This contract is crucial for maintaining a clean and safe environment for embassy operations, and it includes specific requirements for personnel standards, insurance, and compliance with federal regulations. Interested vendors must submit their quotations electronically by January 5, 2026, with a site visit scheduled for December 12, 2025, and clarification requests due by December 15, 2025. For further inquiries, vendors can contact the Reykjavik Contracting Officer at reykjavikco@state.gov or by phone at 354-595-2200.
    Maintenance services for generators
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Mexico City, is preparing to solicit maintenance services for generators. The objective of this procurement is to ensure reliable operation and upkeep of the generators used at the Embassy, with the contract anticipated to cover a base year and two optional one-year extensions, contingent upon government approval. This service is critical for maintaining the Embassy's operational capabilities and ensuring continuous power supply. Interested contractors should note that the solicitation is not yet available, but will be posted on SAM.gov, and they are encouraged to register in the System for Award Management prior to submission. For further inquiries, potential bidders can contact Petra Suric Jankov or Veronica Tecuatl via email at MexicoCityGSOSolicitations@groups.state.gov.
    Washington DC Area Local Moving and Storage Services
    State, Department Of
    The Department of State is preparing to issue a Request for Proposal (RFP) for local moving and storage services in the Washington, D.C. Metropolitan area, specifically for U.S. Government employees serving overseas. The procurement will encompass a range of non-personal services including packing, crating, transportation, and storage of household effects and privately owned vehicles (POVs), with a focus on companies capable of handling large volumes and adhering to strict labor standards. This opportunity is significant for ensuring the efficient relocation and storage of government personnel's belongings, with the RFP expected to be released between December 15 and December 29, 2025. Interested contractors must be registered in the System for Award Management (SAM) and are encouraged to contact Juan Fernandez at fernandezjm@state.gov for further inquiries.