US Embassy Bujumbura Elevator Maintenance and Repair Services
ID: 19BY7025Q0008Type: Solicitation
Overview

Buyer

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

NAICS

Industrial Building Construction (236210)

PSC

OPERATION OF MAINTENANCE BUILDINGS (M1EB)
Timeline
  1. 1
    Posted Mar 20, 2025, 12:00 AM UTC
  2. 2
    Updated Mar 20, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 8:00 AM UTC
Description

The U.S. Department of State is seeking qualified contractors to provide elevator maintenance and repair services for two KONE Monospace Special elevators located at the U.S. Embassy in Bujumbura, Burundi. The procurement includes routine monthly inspections, emergency response services, and necessary repairs to ensure the operational efficiency and safety of these critical infrastructure components. This opportunity underscores the importance of maintaining essential equipment within government facilities abroad, aligning with federal standards for facility management and safety compliance. Interested bidders must submit their quotations electronically by April 19, 2025, and can direct inquiries to Sabine Niyongabo at NiyongaboS@state.gov or the Bujumbura Procurement Section at BujProcurement@state.gov.

Point(s) of Contact
Sabine Niyongabo
NiyongaboS@state.gov
Bujumbura Procurement Section
BujProcurement@state.gov
Files
Title
Posted
Mar 21, 2025, 2:04 AM UTC
The document details a Request for Proposal (RFP) for servicing two KONE Monospace Special elevators located at the U.S. Embassy in Burundi. These machines are machine room-less electric traction elevators with full collective simplex control, capable of handling a net load of 2000 kilograms for 26 persons. They feature a dual entrance design and a flush-mounted car operating panel. The specified place of performance for the service is the U.S. Embassy, located on Avenue des Etas Unis in Kigobe, Bujumbura. This RFP indicates a need for maintenance or service related to essential equipment used within government facilities, underscoring the importance of maintaining infrastructure in international locations to ensure safety and functionality. The document structure is straightforward, listing elevator specifications followed by the performance location. Overall, it exemplifies federal requirements for maintaining operational standards in government buildings abroad.
Mar 21, 2025, 2:04 AM UTC
The document outlines a solicitation for a contract related to commercial products and services specifically set aside for Women-Owned Small Businesses (WOSB). It details the requirements for a contract including essential information such as the solicitation number, due date for offers, and contact information for inquiries. The contract pertains to routine monthly maintenance and repair services for elevators, with specifics on quantities and pricing provided in an attached schedule. The acquisition is categorized under a code associated with WOSB, indicating a commitment to supporting women-owned enterprises. The proposal includes provisions for delivery and payment terms, and the contractor must comply with the outlined Federal Acquisition Regulations (FAR). Additionally, the document indicates options for multiple years, allowing for potential renewal of services. The overall purpose of this request is to solicit offers from qualified businesses while ensuring compliance with government contracting regulations and promoting economic inclusivity for women-owned firms.
Mar 21, 2025, 2:04 AM UTC
The U.S. Embassy in Bujumbura, Burundi, has issued a Request for Quotations (RFQ) for Routine Elevator Maintenance and Repair Services. The Embassy seeks to award a Firm Fixed Price Contract based on the lowest technically acceptable offer. Quotations must be submitted electronically by April 19, 2025. To participate, bidders must register in the System for Award Management (SAM), provide several required documents including pricing and representations, and ensure compliance with local and federal regulations, including the Defense Base Act insurance. The scope of services includes monthly inspections, emergency response, and routine repairs for various types of elevators as specified in attachments to the RFQ. Key performance requirements include maintaining service standards and adhering to safety and conduct regulations for contractor personnel on Embassy property. The contract is structured to last for one year, with four possible one-year extensions, emphasizing the importance of responsiveness and quality in service delivery.
Mar 21, 2025, 2:04 AM UTC
The U.S. Embassy in Bujumbura, Burundi, has issued a Request for Quotations (RFQ) for Routine Elevator Maintenance and Repair Services, designated as RFQ Number 19BY7025Q0008. The embassy aims to award a Firm Fixed Price Contract to the qualifying bidder with the lowest technically acceptable offer. Quotations must be submitted electronically by April 19, 2025, and include necessary documentation such as the SF-1449 form, pricing details, proof of SAM registration, and DBA insurance. Inquiries can be sent to the embassy's procurement office by March 28, 2025. The contract involves maintaining designated elevators safely and efficiently, including monthly inspections and 24/7 emergency response services for malfunctions. The contractor must ensure compliance with U.S. laws and uphold the embassy's standards of conduct for personnel. An extensive scope of work details the responsibilities, including maintenance tasks and insurance requirements. The contractor is expected to maintain an inventory of spare parts and adhere to specified regulations, including tax obligations and quality assurance standards. Overall, this RFQ emphasizes efficient operations, rigorous safety standards, and compliance with federal regulations in request for services to ensure the smooth functioning of embassy facilities.
Mar 21, 2025, 2:04 AM UTC
This document outlines the servicing requirements for two KONE Monospace Special elevators, designated as Elevator 1 and Elevator 2, located at the U.S. Embassy in Burundi. Both elevators are machine room-less electric traction systems featuring full collective simplex group control. The key specifications include a net load capacity of 2000 Kg for 26 persons and dual entrance car designs with flush mounted car operating panels. The service work is to be conducted at the embassy premises situated at 50 Avenue des Etas Unis, Kigobe, Bujumbura. The focus on specific product lines and operational details suggests a targeted Request for Proposal (RFP) aimed at ensuring the maintenance and operational efficiency of critical infrastructure within a diplomatic facility, thereby aligning with broader federal standards for facility management and safety compliance.
Mar 21, 2025, 2:04 AM UTC
The document outlines the servicing requirements for two elevators at the U.S. Embassy in Burundi. Both elevators are KONE Monospace Special models, identified as machine room-less electric traction elevators with a dual entrance design. They operate within a full collective simplex control system and have a net load capacity of 2000 kg with 26 persons. The car operating panel is specified as a flush-mounted KSC673 COP. The place of performance is clearly stated as the U.S. Embassy located at 50 Avenue des Etas Unis, Kigobe, Bujumbura, Burundi. This listing appears to be part of a request for proposals (RFP) or service contract aimed at maintaining essential infrastructure in a U.S. government facility abroad. It highlights the importance of ensuring the operational reliability and safety of the elevators used in governmental environments.
Acquisition Alert 25-07 outlines the implications of Executive Order 14173, which revokes previous orders promoting diversity, equity, and inclusion (DEI) alongside affirmative action policies in federal contracting. The new order mandates that contractors certify compliance with federal anti-discrimination laws and explicitly prohibits programs that promote DEI if they violate such laws. This certification is integral to the government’s payment decisions and falls under the False Claims Act, holding contractors accountable for misrepresentations. The document emphasizes the shift towards a merit-based opportunity framework, signifying a substantial change in federal contracting protocols regarding employment discrimination and affirmative action. The certification process requires contractors to formally acknowledge their compliance status, reinforcing accountability in federal procurement practices. This transition marks a significant policy alteration that may impact future government RFPs and grants.
The government document titled "Acquisition Alert 25-07" outlines actions following Executive Order 14173, which revokes previous orders promoting diversity, equity, and inclusion (DEI) and affirmative action. This Order rescinds EO 11246, which mandated non-discrimination in employment for government contractors and required affirmative action strategies. Under the new directives, all contractors must certify compliance with Federal anti-discrimination laws and declare they do not promote DEI programs that violate these laws. This certification becomes a crucial factor in government payment decisions and is tied to the False Claims Act. The document specifies required contractor details for this certification, outlining the implications for federal contracting practices and emphasizing the administration's shift toward merit-based opportunities without DEI programs. Overall, the directive influences how contracts are awarded and managed, stressing compliance and background checks within the contracting process.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Building Automation System (BAS) Preventive Maintenance
Buyer not available
The U.S. Embassy in Kigali, Rwanda, is seeking quotations for Building Automation System (BAS) Preventive Maintenance services under Solicitation Number 19RW6025Q0004. The contractor will be responsible for performing preventive maintenance, troubleshooting, and system evaluations to ensure optimal functionality of the BAS over a one-year period, with the possibility of four additional one-year option periods. This contract is crucial for maintaining essential infrastructure within the embassy, ensuring compliance with safety standards and operational efficiency. Interested contractors must submit their quotations by April 18, 2025, and can contact James Adams at adamsjr3@state.gov or Eva Noelle Mpunga at MpungaEN@state.gov for further information.
NEC Elevators Spare Parts
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Libreville, Gabon, is seeking quotations for elevator spare parts specifically for its two Otis GEN2 elevators as part of a Facility Management Project. The procurement aims to ensure the availability of essential components, including motors, sensors, and control boards, to maintain the operational efficacy and safety of the elevator systems. Vendors are required to provide itemized pricing, ensure compatibility with the specified elevator models, and include a one-year warranty on all parts, with delivery expected within 30 days of order placement. Interested offerors must register in the System for Award Management (SAM) and submit their proposals by April 10, 2025, with inquiries directed to Wilfrid Ndoutoume Amvame at NdoutoumeWA@state.gov prior to April 3, 2025.
Acquisition of Two(2) New ISUZU Flatbed Trucks for Light-Duty Use
Buyer not available
The U.S. Embassy in Bujumbura, Burundi, is seeking qualified vendors to provide two new ISUZU flatbed trucks designed for light-duty use, under solicitation number PR15076168. The procurement requires that the trucks meet specific technical specifications, including a minimum engine capacity of 2.8L or 3.0L Diesel, a payload capacity of at least 3,000 kg, and must be manufactured in 2024 or later. This acquisition is crucial for the Embassy's operational needs, ensuring reliable transportation capabilities in the region. Interested offerors must submit their quotations in English by May 4, 2025, via email, and are encouraged to contact the Bujumbura Procurement Section at BujProcurement@state.gov for further details.
Preventive Maintenance for chillers
Buyer not available
The U.S. Embassy in Kigali, Rwanda, is seeking a contractor to provide preventive maintenance services for its chiller systems under a fixed-price agreement starting in April 2025. The contract will last for one year with four optional renewal periods, focusing on maintaining the chillers in optimal operational condition while ensuring compliance with safety and governmental regulations. This procurement is critical for the embassy's operational efficiency, as it involves trained technicians conducting periodic inspections and repairs, with extensive repairs managed under separate agreements. Interested contractors should contact James Adams at adamsjr3@state.gov or Eva Noelle Mpunga at MpungaEN@state.gov for further details, as the proposal evaluation will prioritize the lowest-priced, technically acceptable offers.
Toyota Coaster for U.S. Embassy Bujumbura
Buyer not available
The U.S. Embassy in Bujumbura, Burundi, is seeking quotations for the procurement of one new Toyota Coaster under the solicitation number PR12750008. Vendors are required to submit detailed product specifications, compliance documentation, and pricing structures, adhering to a Lowest-Priced, Technically Acceptable (LPTA) evaluation approach, with eligibility limited to vehicles manufactured in 2023 or later. This procurement is crucial for the embassy's transportation needs, ensuring compliance with local import regulations and maintaining operational efficiency. Proposals must be submitted by September 11, 2024, with questions accepted until September 4, 2024; interested parties can contact the Bujumbura Procurement Section at BujProcurement@state.gov or Floribert Nimubona at NimubonaF@state.gov for further information.
ESSENTIAL VEHICLES ACCESSORIES
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Bujumbura, Burundi, is seeking quotations for essential vehicle accessories, specifically 35 metal fuel cans and 35 sets of heavy-duty jumper cables. These items are critical for maintaining operational readiness and efficiency in logistical operations, ensuring that vehicles can be adequately fueled and powered. Interested vendors must submit their electronic quotes, including VAT details for local suppliers, to the Bujumbura Procurement Section by the specified deadline, and ensure compliance with SAM registration and NDAA 899 requirements. For further inquiries, vendors can contact the procurement section via email at BujProcurement@state.gov or reach out to Floribert Nimubona at NimubonaF@state.gov.
WiFi Installation Prep Work
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Bujumbura, Burundi, has issued a solicitation for WiFi installation preparation work, identified as RFQ 19BY7024Q0014. The procurement aims to engage qualified contractors for tasks including drilling wall penetrations and installing sleeves, adhering to specific safety protocols and materials requirements. This project is crucial for enhancing the embassy's operational capabilities through improved network support services. Interested contractors must submit their proposals by July 25, 2024, at 1600 local time, and are required to register in the System for Award Management (SAM) prior to submission. For further inquiries, potential bidders can contact the Bujumbura Procurement Section at BujProcurement@state.gov or Jamie Fleischhacker at fleischhackerjm@state.gov.
Stock Replenishment Pro Press Fittings
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Bujumbura, Burundi, is seeking quotations for the procurement of stock replenishment Pro Press fittings, specifically copper and bronze plumbing fixtures and accessories. The procurement includes various plumbing components such as 90-degree elbows, couplings, and valves, which are essential for maintaining robust plumbing infrastructure in government projects. Interested vendors must ensure compliance with federal anti-discrimination laws and be registered in the System for Award Management (SAM) by the submission date, with quotes to be submitted electronically to the Bujumbura Procurement Section. For further details, vendors can contact the procurement section via email at BujProcurement@state.gov or reach out to Floribert Nimubona at NimubonaF@state.gov.
GENIE Lift FOR US EMBASSY DJIBOUTI
Buyer not available
The U.S. Embassy in Djibouti is soliciting offers for the procurement of one piece of a GENIE AWP-36S AC Aerial Work Platform or an equivalent model. The equipment is required to meet specific operational needs, with a load capacity of 350 lbs and a closed height of 9 feet 1 inch, making it suitable for various aerial work applications. Interested vendors must submit their proposals electronically, including both financial and technical offers, along with a signed certification of compliance with federal anti-discrimination laws. For further inquiries, vendors can contact Jesse C. Flowers at flowersjc@state.gov or by phone at 253-775-48273. The deadline for submissions is not specified in the provided information.
19WA8025Q0025 - Preventative Maintenance on Fire Suppression Systems in cafeteria & MSGR kitchens.
Buyer not available
The U.S. Department of State is soliciting bids for preventative maintenance services on fire suppression systems in the cafeteria and Marine Security Guard Residence kitchens at the U.S. Embassy in Windhoek, Namibia. The contract, which will be awarded on a firm fixed-price basis, requires bi-annual servicing to ensure compliance with safety standards and operational efficiency, including deep cleaning of cooking equipment and inspection of various systems. This procurement is crucial for maintaining safety and health standards within embassy facilities, reflecting the U.S. government's commitment to operational excellence abroad. Interested vendors must submit their quotations by April 22, 2025, and are encouraged to contact Sarah E. Kahnt or Havalon Plaatjies for further details, with mandatory registration in the System for Award Management (SAM) required for eligibility.