U.S. Consulate Cape Town- Replacement of Triplex Potable Water and Duplex Cooling Tower Booster Pumps
ID: 19SF2026Q0003Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFAMERICAN CONSULATE CAPE TOWNWASHINGTON, DC, 20520, USA

NAICS

Plumbing, Heating, and Air-Conditioning Contractors (238220)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- PUMPS AND COMPRESSORS (J043)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    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.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Consulate in Cape Town, South Africa, is soliciting bids for the supply, installation, and commissioning of two package booster pump units: a Triplex Booster Pump Unit for potable water and a Duplex Booster Pump Unit for cooling tower make-up water. Vendors must have at least ten years of experience in pump engineering services or construction. The project involves disconnecting and removing existing units, preparing mounting bases, and installing new Grundfos or equivalent systems with specific flow rates and heads. The scope includes extensive piping modifications, welding by certified professionals, electrical work by qualified personnel with required certifications, and commissioning by the Original Equipment Manufacturer. The contractor must provide a 12-month warranty for both the manufacturer's product and their workmanship and materials. A comprehensive project file and adherence to U.S. Consulate safety and security requirements, along with relevant SANS codes, are mandatory. Payment will be made via EFT within 30 days of delivery and invoice receipt, with progress payments permitted but no advanced payments.
    The Consulate General of the United States in Cape Town mandates strict health and safety specifications for all contractors and subcontractors. This guidance ensures compliance with safety regulations and protects personnel and the public. Contractors must submit a detailed, site-specific health and safety plan addressing hazard mitigation and control methods in their statement of work, and a Health and Safety file to the POSHO via the COR three days before work commences. Key requirements include providing a competent person to oversee safety, conducting daily safety briefings, prohibiting intoxicated personnel, ensuring trained staff with proper safety equipment, adhering to U.S. Embassy safety standards, and maintaining good housekeeping. Specific protocols are outlined for barricading, warning signs, personal protective equipment, hand and power tool safety, fall protection, lifting loads, confined space entry, electrical safety, and high-risk work. Regular inspections, emergency response plans, and proper close-out procedures are also essential.
    The U.S. Consulate General Cape Town issued Request for Quotations (RFQ ID: 19SF2026Q0001) for the replacement of Triplex Potable Water Booster and Duplex Cooling Tower Booster pumps. The U.S. Government plans to award a firm-fixed-price contract to the responsible company offering the lowest acceptable price, based on initial quotations. A site visit is scheduled for December 4, 2025, at 10:00 SAST, and interested offerors must contact capetown_quotation@state.gov by December 27, 2025, to arrange entry. Quotations are due by December 18, 2025, at 10:00 SAST, must be in English, and submitted electronically to capetown_quotation@state.gov in specified formats (MS-Word/Excel 2007/2010 or PDF) with a maximum file size of 25MB. Required submissions include SF-1449, Section I Pricing, Section 5 Representations and Certifications, additional information from Section 3, IRS Form W-14, and proof of SAM registration. The contract includes specific FAR and DOSAR clauses, such as those related to combating trafficking in persons, sustainable products, and payment by electronic funds transfer. The Contracting Officer's Representative (COR) for this contract is Sherwyn Daames, Facility Maintenance Engineer.
    Similar Opportunities
    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.
    Independent Building Inspection Services PR15720825
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide Independent Building Inspection Services for the Jupiter Rising housing complex in Pretoria, South Africa. The objective of this procurement is to assess both known and unknown deficiencies in five newly constructed houses to ensure they meet U.S. Government Technical Requirements for residential occupancy. This inspection is critical for determining whether to remediate the properties or consider alternative actions, such as selling them. Interested parties must confirm attendance at a compulsory site meeting scheduled for December 15, 2025, and submit their proposals via email to the designated contacts. All bidders must be registered in the System for Award Management (SAM) and comply with the National Defense Authorization Act (NDAA) requirements regarding telecommunications and video surveillance equipment.
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting quotes for the repair of centrifugal pumps under a federal contract. The procurement aims to ensure the operational readiness of these pumps, which are critical for various military applications, by establishing a Repair Turnaround Time (RTAT) of 371 days. This solicitation is issued under Emergency Acquisition Flexibilities, encouraging accelerated delivery, and requires Government Source Inspection for all repairs. Interested contractors must submit their quotes, including pricing and capacity constraints, by December 12, 2025, and can direct inquiries to Valentino P. Arena at 717-605-2498 or via email at VALENTINO.P.ARENA.CIV@US.NAVY.MIL.
    REQUEST FOR INFORMATION -SECURITY GRILLE FABRICATION AND INSTALLATION SERVICES
    Buyer not available
    The U.S. Department of State, through the American Consulate General in Cape Town, South Africa, is seeking information from qualified manufacturers and installers for security grille fabrication and installation services. This Request for Information (RFI) aims to expand the vendor pool to meet the Consulate's Residential Security Directive requirements, particularly in light of South Africa's critical security environment. The selected vendors will be expected to comply with specific technical requirements, including adherence to local by-laws and U.S. Department of State security standards, as part of a forthcoming competitive multi-award IDIQ contract for U.S. Government residences in the Cape Town region. Interested parties must submit their responses, including company profiles and capability statements, by January 30, 2025, to capetownprocurement@state.gov, and must be registered in SAM.gov for future award consideration.
    Bosch Rexroth Axial Piston Steering Pumps
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to supply twelve Bosch Rexroth Axial Piston Steering Pumps (part number R902439677) for use on 418-foot National Security Cutters. These pumps are critical components that ensure the proper functioning of the steering systems on these vessels and must be manufactured in accordance with Original Equipment Manufacturer (OEM) specifications, including specific dimensions and performance testing requirements. The procurement process includes a firm-fixed price contract with a closing date for offers set for December 14, 2025, at 5 PM EST, and interested parties can direct inquiries to Tatiana Sher at Tatiana.Sher1@uscg.mil or Kiya Plummer-Dantzler at Kiya.R.Plummer-Dantzler@uscg.mil.
    REVERSE OSMOSIS WATERMAKER
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of two Reverse Osmosis Watermakers, essential for the operation of the 154' Fast Response Cutter. The requirement includes specific packaging and preservation standards in accordance with MIL-STD-2073-1E, emphasizing that standard commercial packaging is unacceptable. This procurement is critical for ensuring the availability of potable water for Coast Guard operations, and the contract will be awarded based on the lowest price technically acceptable offer. Interested vendors must submit their quotations by December 10, 2025, at 10:00 AM Eastern Standard Time, and should direct inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259.
    PUMP UNIT,CENTRIFUG
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of a Centrifugal Pump Unit through NAVSUP Weapon Systems Support Mechanicsburg. The contract requires the manufacture of the pump unit in accordance with specified quality and inspection standards, including compliance with MIL-STD packaging and Government Source Inspection. This equipment is critical for various naval operations, ensuring reliable performance in demanding environments. Interested vendors must submit their quotes electronically to Sherry Kaylor at sherry.l.kaylor.civ@us.navy.mil, adhering to the requirements outlined in the solicitation, with a focus on firm-fixed pricing and authorized distributor status. The deadline for submissions and further details can be obtained by contacting the primary point of contact.
    PUMP,CENTRIFUGAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency, is soliciting proposals for the procurement of centrifugal pumps, classified under the NAICS code 333914. The contract requires the manufacture and supply of these pumps, which are critical for various military applications, ensuring operational efficiency and reliability in fluid management systems. Interested vendors must comply with specific quality assurance and inspection requirements, and all quotes must include a surplus material certificate if applicable. For further inquiries, potential bidders can contact Brittany Dennison at 614-693-0238 or via email at BRITTANY.DENNISON@DLA.MIL, with proposals due by the specified deadline.
    New Busch BA100, 208V3phase, silencer, VFD included or domestic equivalent
    Buyer not available
    The Department of Energy, through UT-Battelle LLC, is seeking proposals for the procurement of a New Busch BA100, 208V 3 phase pump, including a silencer and variable frequency drive (VFD), or an equivalent domestic product. This equipment is essential for the Enrichment Science and Engineering Division, which relies on such machinery for various operational processes. Proposals must adhere to the specifications outlined in the Bill of Materials and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. Interested vendors should submit their proposals by December 12, 2025, and direct any inquiries to Brittany Waring at waringbc@ornl.gov.
    Centrifugal Pump JOTFOC
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking procurement for a Centrifugal Pump under the Justification for Other Than Full and Open Competition (JOTFOC). This procurement aims to acquire power and hand pumps, which are critical for various operational needs within the Coast Guard. The successful contractor will be responsible for delivering the specified pumps, which play a vital role in ensuring the efficiency and reliability of maritime operations. Interested parties can reach out to Derek W. Lazaroff at derek.w.lazaroff2@uscg.mil for further details regarding this opportunity.