NEW HVAC COOLING ONLY FAN COIL UNIT WITH ALL APPURTENANCES
ID: 19BY7025Q0012Type: Combined Synopsis/Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY BUJUMBURAWASHINGTON, DC, 20520, USA

NAICS

Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing (333413)

PSC

FANS, AIR CIRCULATORS, AND BLOWER EQUIPMENT (4140)
Timeline
    Description

    The U.S. Department of State is seeking qualified contractors to provide construction services for the installation of a new HVAC Cooling Only Fan Coil unit at the U.S. Embassy in Bujumbura, Burundi. The project entails delivering a complete turnkey local cooling system for the SIC Room, including all necessary appurtenances, and requires compliance with specific technical and safety standards. This procurement is vital for maintaining operational efficiency and comfort within the Embassy's facilities. Interested contractors must submit their quotes by September 5, 2025, following a pre-quotation conference on August 14, 2025, and can direct inquiries to the Bujumbura Procurement Section at BujProcurement@state.gov or by phone at 257-222-07125.

    Point(s) of Contact
    Bujumbura Procurement Section
    25722207125
    BujProcurement@state.gov
    Files
    Title
    Posted
    The U.S. Embassy in Bujumbura, Burundi, has issued a Request for Quotes (RFQ) for construction services to install a new HVAC Cooling Only Fan Coil unit for the SIC Room. The project includes a pre-quotation conference on August 14, 2025, with quotes due by September 5, 2025. Interested contractors must follow the specified submission guidelines, ensuring their proposals are complete and formatted correctly. The scope entails detailed construction tasks, including site surveys, installation of the fan coil unit, and associated appurtenances. Contractors must comply with specific technical requirements, including structural and electrical specifications, integration with existing systems, and adherence to safety and quality standards. The contractor must manage the project schedule to ensure completion within a month from the notice to proceed, with liquidated damages for delays. Regular progress reports to the Contracting Officer are mandated, and any significant issues or changes must be communicated promptly. The successful contractor will fulfill compliance with labor laws, insurance requirements, and quality assurance protocols while maintaining stringent oversight during the project's lifecycle. This RFQ represents a commitment by the U.S. Government to maintain operational efficiency and safety at its facilities abroad, emphasizing the need for contractors capable of delivering high-quality workmanship within set timelines.
    The document presents a detailed breakdown of pricing for a project under the United States Department of State. It categorizes costs across various divisions of specifications, including labor, materials, overhead, profit, and total expenses for each division. The divisions outlined span from general requirements and site work to specialized areas such as mechanical and electrical systems. An allowance for additional items and a proposal price is included, alongside alternate pricing options listed separately. This structured approach informs potential contractors of the financial components involved in the proposal, facilitating transparency and comprehensive bidding practices within the context of federal and state/local RFPs. Overall, the file serves as a framework for understanding the financial expectations and specifications tied to government-funded construction projects.
    Attachment 2.A presents the existing Mechanical Layout for the Fan Coil Units (FCUs). This document is essential for evaluating the current mechanical infrastructure before undertaking any renovations or upgrades. It outlines the specific locations, configurations, and connections of the FCUs within the facility, serving as a critical reference point for engineers and contractors involved in future projects. The layout facilitates assessments of system efficiency, necessary repairs, and overall planning for potential mechanical improvements, ensuring compliance with relevant standards. Understanding this existing mechanical setup is crucial for developing effective renovation strategies while minimizing disruptions to ongoing operations. This attachment underscores the importance of thorough documentation in government projects, highlighting how it informs planning and execution phases, ultimately aligning with federal and state regulatory requirements.
    The document titled "Attachment 2.B - Existing FCU Schedule" outlines the current schedule for the Federal Contracting Units (FCUs). It serves as a comprehensive reference for federal government procurement, detailing timelines and the operational scope of various FCUs involved in government contracts. The FCU schedule is structured to facilitate transparency and accountability in government grants and Requests for Proposals (RFPs) at federal, state, and local levels. Each unit's responsibilities, deadlines, and interaction protocols with funding opportunities and project expectations are clearly laid out. The purpose of this schedule is to improve project management and communication among government entities, ensuring efficient processing of grants and contract proposals. This document is vital for stakeholders engaged in federal contracting, as it aligns with compliance and strategic planning objectives within public sector procurement initiatives.
    The document focuses on the specifications for chilled water piping details as part of a federal construction project. It outlines the technical requirements and installation procedures necessary to ensure the proper functioning and efficiency of the chilled water systems. Key components include material specifications, pipe sizing, insulation requirements, and installation practices that comply with federal standards. The design emphasizes the importance of durability and energy efficiency, as well as integration with existing building systems. Additionally, the document highlights safety considerations and adherence to regulatory guidelines throughout the installation process. This technical guidance is essential for contractors responding to the RFP, ensuring that all proposals align with federal expectations for such projects.
    The Circuit Setter Plus from Bell & Gossett is a lead-free balancing valve designed for potable water and HVAC systems, enhancing system efficiency and water conservation. Key features include equal flow distribution across circuits, calibrated flow control, a bi-directional design for flexible installation, and easy manual adjustment. The valve also reduces pump energy consumption and complies with stringent codes for potable water. With options for isolation valves and temperature/pressure monitoring, it offers a comprehensive solution for system balancing. The design caters to various pipe sizes (1/2" to 3") and incorporates a memory stop for operational reliability. The document outlines specifications for installation, pressure/temperature ratings, and highlights important safety precautions when monitoring system flow. This product exemplifies an innovative approach to support federal and state initiatives aimed at enhancing plumbing systems' sustainability and efficiency, aligning with governmental RFP objectives.
    This document details the specifications and materials for NIBCO Inc.'s brass ball valves, specifically the T-FP-600A and S-FP-600A models. The valves feature a two-piece body, blowout-proof stem, and PTFE seats, with various size and pressure ratings, including 600 PSI for smaller sizes and 400 PSI for larger sizes. It includes specifications about the materials used, such as forged brass for the body and end cap, PTFE for the ball seat, and fluorocarbon for the O-ring. Key dimensions and weights for different sizes are provided, along with assembly details and certification information. The valves are certified by multiple standards for specific applications but are not suitable for potable drinking water uses after January 2014 due to lead content warnings. This technical document is pertinent to government entities evaluating manufacturers for procurement under federal or local RFPs, reaffirming the need for compliance and safety in valve applications. Overall, it serves as a comprehensive guide for potential purchasers and emphasizes NIBCO's adherence to industry standards and safety regulations.
    The document details the specifications and application of the B217 stainless steel ball valve, designed for use in heating and cooling systems. It accommodates both chilled and hot water fluids, with a temperature range of 0 to 250°F and a pressure rating of 600 psi. Key features include a 2-way flow pattern, maintenance-free servicing, and a leakage rate of 0% for specified configurations. The valve's body is constructed from nickel-plated brass, and it features EPDM seals and PTFE seating, enhancing durability. The document also outlines electrical actuator specifications, including nominal voltage, power consumption, and safety features that comply with national standards. The B217 valve is suitable for hydronic systems with variable flow and is commonly applied in air handling units and fan coil units. Overall, this technical data sheet serves as a reference for technical aspects necessary for integration into governmental or commercial projects, affirming compliance and operational safety within the infrastructure context.
    Trane presents its CWS series of cassette chilled water fan coil units, designed for efficient cooling with a focus on quality and ease of maintenance. The units feature a sleek design, operate quietly to enhance user comfort, and are particularly suited for environments with limited ceiling space. Each model in the series, ranging from CWS047A to CWS167A, specifies cooling capacities between 12 and 48 MBH, applicable CFM, pressure drops, and dimensions. Equipped with modern DC motors, these fan coils provide lower noise levels and greater energy efficiency compared to traditional AC motors. Key functionalities include a digital wireless remote control with four fan speeds, a programmable timer, and an auto swing feature to ensure even air distribution. This document is valuable for potential buyers in the government sector, as it outlines specifications, operational advantages, and energy-saving capabilities essential for making informed decisions in response to federal or state RFPs related to HVAC solutions.
    The document provides specifications for the 1903 DZR Manual Air Vent produced by NIBCO Inc., detailing its key features and materials. This air vent has a screw driver-operated mechanism, an NPT threaded end of ¼ inch, and can withstand a cold working pressure of up to 600 PSI and maximum temperatures of 250°F at 200 PSI. Dimensions are specified for various parameters including size, weight, and hexagonal features. The vent's body and stem-disc are made from DZR brass, with external surfaces nickel plated. While it lacks direct reference to government RFPs or grants, the technical nature of the document suggests an intention to meet industry standards likely relevant for procurement by federal or local agencies. This product information may aid in fulfilling requirements for plumbing or mechanical projects needing reliable valve components.
    The document details specifications for NIBCO's lead-free brass ball valves, designed for plumbing applications with a focus on safety and compliance with various standards. Key features include a two-piece body construction, full port design, blowout-proof stem, and PTFE seats. The valves have a weighted average lead content of less than 0.25%, complying with relevant health regulations. There are specifications for materials used, including DZR copper alloy, stainless steel, and fluorocarbon for seals, ensuring durability and performance. The dimensions and pressure ratings for different valve sizes are outlined, indicating their suitability for cold water applications only, with maximum working pressures ranging from 250 to 600 PSI. Additionally, the document contains a warning about lead exposure, aligning with California's Proposition 65 requirements. This summary simplifies the technical data while highlighting the product's intended use, material composition, functionality, and adherence to safety standards, which is essential for government contracting and procurement processes. It showcases NIBCO's commitment to producing safe and compliant plumbing components for municipal and federal use.
    The UNT-PRC011-E4 document serves as a comprehensive product catalog detailing 4-way fan coil cassettes optimized for chilled water usage, featuring two primary motor technologies: AC and EC (Electronically Commutated). The catalog outlines various models across multiple sizes, specifically emphasizing energy efficiency and modern control mechanisms such as wall thermostats and infrared remotes. The units boast significant energy savings of up to 76% while ensuring silent operation through variable speed ventilation. The report elaborates on key components, general and performance data, including cooling and heating capacities across different sizes, air flow metrics, and distinct sound levels. It also provides detailed nomenclature and operational conditions, along with installation specifications. The 2-pipe and 4-pipe systems allow for both cooling and heating functionalities, catering to diverse environmental needs. In summary, this catalog not only highlights technical specifications but also emphasizes operational efficiency, making it a valuable resource for government RFPs, grants, and local projects seeking energy-efficient heating and cooling solutions. Its focus on advanced technology and sustainable operational capabilities aligns perfectly with modern regulatory standards and infrastructure development goals.
    The document details the specifications and materials list for Class 125 Bronze Y-Strainers, produced by NIBCO Inc. The Y-Strainers are designed for the filtration of liquid media, capable of handling saturated steam up to 353°F and a non-shock cold working pressure of 200 PSI. The components include a body, cap, gasket, screen, and plug, primarily constructed from bronze and stainless steel materials. Various sizes are available, ranging from ¼ inch to 3 inches, with specific dimensions, weights, and quantities listed for each size. The document also notes compliance with ANSI standards for thread types and highlights the potential health hazards associated with lead exposure, urging users to consult California's safety warnings. This information is pertinent for federal and local RFPs requiring detailed technical specifications for valve and strainer products in construction or plumbing projects.
    The document outlines a solicitation for construction services related to the installation of a new HVAC cooling fan coil unit at the American Embassy in Bujumbura, Burundi. The solicitation number is 19BY7025Q0012, issued on July 16, 2025, with bids due by August 27, 2025. Key details include the requirement for performance and payment bonds, with a performance period expected to commence upon contract award. The document stipulates that offers must be submitted in sealed envelopes and be compliant with all outlined work requirements, ensuring that bidders provide a minimum acceptance period as specified. Contact information for inquiries is provided, highlighting William F Geschwind as the point of contact. The purpose of this solicitation is to seek qualified contractors to execute the required work, ensuring a complete turnkey service for the Embassy's cooling systems. This procurement aligns with government protocols for construction contracts, emphasizing transparency, compliance, and the need for qualified bids to meet the Embassy's operational standards.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    New US Embassy Maputo Compound (NEC) -York Air Cooled Chillers Periodic Maintenance Services
    Buyer not available
    The U.S. Embassy in Maputo, Mozambique, is seeking qualified contractors to provide periodic maintenance services for York Air Cooled Chillers at the New US Embassy Compound (NEC). The procurement involves a one-year base contract with four optional one-year extensions, focusing on preventive maintenance and ensuring the operational efficiency of the chillers and associated equipment. This maintenance is critical for the embassy's climate control systems, which are essential for the comfort and safety of embassy personnel. Interested parties must submit their electronic quotations by December 17, 2025, following a site visit on December 2, 2025, and should contact Lintra Harrington at MaputoGSOProcurement@state.gov for further details.
    Installation Project of New Daikin Chiller
    Buyer not available
    The Department of State is seeking contractors for the installation of a new Daikin chiller at the U.S. Embassy in Tbilisi, Georgia. The project involves the installation of a government-furnished Daikin chiller model EWAHC13TZXLC2+OP08, which is crucial for maintaining the embassy's climate control systems. This procurement is significant as it ensures the operational efficiency and comfort of the embassy facilities. Interested parties can reach out to John McDonald at mcdonaldjk@state.gov or by phone at 995332277000 for further details regarding the contract.
    Chiller Unit Purchase
    Buyer not available
    The Department of State is seeking to procure a replacement chiller unit for the US Embassy in Tbilisi, Georgia, following the failure of the existing unit. This procurement is critical for maintaining the climate control necessary for the chancery's operations, ensuring a comfortable and functional environment for embassy staff and visitors. The contract will be managed by the Acquisitions office in Frankfurt, and interested vendors can reach out to David Machen at machendd@state.gov for further details. The opportunity is categorized under air conditioning equipment, with the relevant PSC code being 4120.
    Preventive Maintenance of a Residential Building Automation System in Hungary
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in Budapest, Hungary, is seeking qualified contractors to provide preventive maintenance services for a residential building automation system. The objective of this procurement is to ensure the efficient operation of the building automation system through semi-annual maintenance, troubleshooting, and necessary adjustments to prevent system malfunctions and breakdowns. This contract will span one year, with the possibility of four additional one-year extensions, and is expected to commence no later than January 2026. Interested firms must demonstrate technical qualifications, possess the necessary local licenses, and have trained personnel, with proposals due to the Embassy's procurement office at budapestbids@state.gov.
    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.
    B185 Cooling Tower Repairs
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the B185 Cooling Tower Repairs project at Offutt Air Force Base in Nebraska. The project involves procuring and installing two new cooling tower fan transmissions, associated hardware, and a new fan motor for Tower 2, along with necessary maintenance tasks such as rebalancing the fans and ensuring compliance with safety and labor standards. This procurement is crucial for maintaining the operational efficiency of the cooling systems at the base, with an estimated contract value of $19 million and a performance period from January 1, 2026, to March 31, 2026. Interested contractors must submit their offers by December 17, 2025, and can direct inquiries to SSgt Eyvind Boyesen at eyvind.boyesen@us.af.mil or Mr. Daniel Kuchar at daniel.kuchar@us.af.mil.
    JOFOC for Embassy Tbilisi Chiller
    Buyer not available
    The Department of State is seeking to justify a procurement for a chiller system for the Embassy in Tbilisi, Georgia, under the notice titled "Justification of Other than Full and Open Competition." This opportunity arises under Purchase Order 19GG8023P0231, indicating a specific need for refrigeration equipment essential for maintaining operational efficiency at the embassy. The procurement is critical for ensuring the embassy's climate control systems function effectively, which is vital for both personnel comfort and the preservation of sensitive equipment. Interested parties 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 for further details.
    SFC LBF Readiness Center and Field Maintenance Shop #2 Condensers Replacement
    Buyer not available
    The Department of Defense, through the Army National Guard, is soliciting bids for the replacement of condensing units at the SFC Leonard B. Francis Readiness Center and Field Maintenance Shop 2 located in St. Thomas, U.S. Virgin Islands. The project involves replacing a 20-ton condensing unit and servicing an existing air handling unit at the Readiness Center, as well as replacing three 18,000 BTU and one 24,000 BTU condensing units at FMS 2, with a focus on restoring environmentally controlled air for personnel comfort and equipment protection. This procurement is critical for maintaining operational readiness and ensuring compliance with federal and territorial building codes and safety regulations. The total award amount is $19,000,000, with quotes due by December 29, 2025, and work expected to commence on January 12, 2026, lasting until April 13, 2026. Interested contractors can reach out to CW2 Chandy Baptiste at chandy.baptiste2.mil@army.mil or by phone at 340-712-7868 for further details.
    Brand Name Justification for Filters Spare Parts
    Buyer not available
    The U.S. Department of State, through the Embassy in Asuncion, is seeking to procure specific brand name filter spare parts essential for the ventilation system at the New Embassy Compound in Asuncion, Paraguay. These filters are critical as no alternative products are acceptable or compatible with the existing air handling units, and their absence could severely disrupt operations and pose environmental health risks to the hundreds of employees regularly occupying the building. Interested vendors should contact Nicola Cullen at cullenna@state.gov or by phone at 595971302405, or Jose Vazquez at vazquezjc@state.gov or 595972769319 for further details regarding this procurement opportunity.
    TEGUC - Prefabricated Mezzanine Installation
    Buyer not available
    The U.S. Embassy in Tegucigalpa, Honduras, is seeking a contractor for the design, supply, delivery, and installation of a prefabricated mezzanine system at an INL Warehouse. This project requires compliance with U.S. industrial standards, including OSHA and ANSI, and encompasses all structural components, access features, flooring, safety railings, and necessary base preparation. The contract will be a firm-fixed-price type, with delivery expected within 45 days of award, and quotations are due by January 5, 2026, following a site visit on December 15, 2025. Interested contractors must register in the SAM database and submit their offers electronically, adhering to specified formatting requirements. For further inquiries, contact Edward Ortiz or Clinton Jerez at TguBids@state.gov.