Procurement of Air filters for the U.S. Embassy Hanoi
ID: 19VM3025Q0012Type: Solicitation
Overview

Buyer

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

NAICS

Household Appliances, Electric Housewares, and Consumer Electronics Merchant Wholesalers (423620)

PSC

AIR PURIFICATION EQUIPMENT (4460)
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 8, 2025, 10:00 AM UTC
Description

The U.S. Embassy in Hanoi, under the Department of State, is seeking quotations for the procurement of replacement air filters for Room Air Cleaners (RACs). The required filters must meet specific technical specifications compatible with BlueAir 400 and 500/600 series air purifiers, and vendors are expected to include costs such as VAT and delivery fees in their proposals. This procurement is crucial for maintaining air quality within the embassy, emphasizing the importance of reliable air purification systems in diplomatic environments. Quotations are due by 17:00 local time on April 8, 2025, and interested vendors should direct their inquiries to Albert Kafka at KafkaAB@state.gov or Pham Thanh Ha at PhamHT@state.gov for further information.

Point(s) of Contact
Albert Kafka
842438505000
842438505171
KafkaAB@state.gov
Pham Thanh Ha
842438506203
842438505171
PhamHT@state.gov
Files
Title
Posted
Mar 21, 2025, 4:04 AM UTC
Mar 21, 2025, 4:04 AM UTC
The U.S. Embassy in Hanoi issued a Request for Quotations (RFQ) for the procurement of air purifier replacement filters. This RFQ is categorized as a small business purchase set-aside and calls for vendors to submit their quotations by April 8, 2025. The required products include particle filters compatible with BlueAir 400 and 500/600 series air purifiers, with specific technical specifications outlined. Quotes must encompass costs such as VAT and delivery fees, and proposals should include a warranty plan and confirmation of the vendor's authorization to sell these products. Additionally, bidders must provide a Bill of Quantity (BOQ) detailing unit prices and charges. Shipping instructions specify the use of U.S. flag carriers and highlight necessary customs documentation for clearance. The procurement terms dictate that vendors accept a Purchase Order from the Embassy and require registration with the System for Award Management (SAM). Payments will be made electronically within 30 days following delivery and receipt of a correct invoice. Proposals must be sent via email to the designated procurement agent, demonstrating the Embassy's thorough and structured approach to vendor engagement and compliance.
Mar 21, 2025, 4:04 AM UTC
The document from the U.S. Embassy in Hanoi, Vietnam, titled "Acquisition Alert 25-07," outlines a certification requirement for Department of State contractors concerning compliance with federal anti-discrimination laws. It specifies that contractors must affirm they do not promote Diversity, Equity, and Inclusion (DEI) programs that violate these laws, making this certification integral to payment decisions under the False Claims Act. Contractors must read the provided certification, check relevant compliance boxes, and submit the completed form to the appropriate contracting officer. This procedure emphasizes the government's stance on ensuring adherence to anti-discrimination laws and the legal consequences of misrepresentation. Ultimately, the alert serves to establish clear guidelines for contractors to ensure eligibility for government contracts related to this compliance requirement.
Mar 21, 2025, 4:04 AM UTC
In this document, the process for appointing an Entity Administrator for international entities registering in the System for Award Management (SAM) is outlined. The necessity to choose the appropriate template based on whether banking information from a U.S. financial institution is used is emphasized. For Template 1, which includes U.S. banking details, designated signers must be authorized representatives who sign a letter, which is then notarized and submitted both online and via mail to the Federal Service Desk within 45 days to activate registration. Template 3 is used for international entities that do not include U.S. banking information, following a similar submission process. The instructions provide clear steps, starting from determining the required template, completing the letter on official letterhead, signing in front of a notary, and finally mailing to the designated address. The guidance includes the creation of a service ticket for online submission of the scanned document. Overall, the document serves as a procedural guideline for international entities seeking activation in SAM, ensuring compliance with federal requirements in the context of government contracts and grants.
Mar 21, 2025, 4:04 AM UTC
The document outlines the contractor's certification for compliance with the National Defense Authorization Act (NDAA), particularly concerning the prohibition of certain telecommunications and video surveillance equipment and services. Contractors must certify their compliance and accuracy of information related to the NDAA to avoid violations of the False Claims Act. Key provisions highlight that on or after specified dates, federal agencies cannot procure equipment or services incorporating covered telecommunications technologies, especially from entities like Huawei and ZTE. Contractors are required to confirm whether they provide such equipment and disclose any relevant details if they do. The document specifies the definitions of covered equipment, critical technology, and conditions under which exceptions apply, particularly for interconnection arrangements that do not involve covered services. It emphasizes the importance of monitoring and reporting in case any contentious equipment is identified during contract execution. By mandating adherence to these regulations, the document aligns with government efforts to ensure national security while engaging in contracting processes. The structure includes a certification section, prohibition clauses, and representation requirements, all integral for maintaining compliance in federal contracting.
Mar 21, 2025, 4:04 AM UTC
The document outlines clauses relevant to purchase orders and blanket purchase agreements awarded by overseas contracting activities, primarily focusing on contracts involving commercial items. It details the requirement for compliance with specific Federal Acquisition Regulation (FAR) clauses, including representations and certifications that may still appear in the System for Award Management (SAM), although not enforced during award decisions. Key points include cybersecurity supply chain risk management, stipulations for covered telecommunications equipment, compliance with executive orders, and mandatory clauses related to labor standards and small business utilization. The document's structure is organized into sections specifying incorporated clauses, cybersecurity requirements, and representations concerning telecommunications equipment. It further emphasizes the government’s right to perform risk assessments throughout contract performance and mandates contractors to maintain evidence of compliance. The overall purpose is to ensure compliance with federal regulations while safeguarding national security, particularly concerning the integrity and security of supply chains in federal acquisitions. This directive underlines the importance of mitigating risks associated with telecommunications and cybersecurity in government contracts.
Mar 21, 2025, 4:04 AM UTC
The file serves as a quick start guide for new foreign registrations in the context of U.S. government procurement, focusing on the System for Award Management (SAM) registration process. It outlines a four-step procedure for registration, crucial for vendors and contractors seeking government contracts. Step 1 involves requesting a Unique Entity Identifier (UEI) at no cost and can take up to one business day. Step 2 requires obtaining a NATO Commercial and Government Entity (NCAGE) code, which may take up to three business days. Step 3 is the registration in SAM, which must be completed accurately to avoid delays; vendors must ensure consistent naming and address information across registrations. Finally, Step 4 is the annual renewal of the SAM registration, emphasizing the need for timely updates to maintain eligibility for awards over $30,000, with no fees involved in the registration process. The guide also stresses the importance of gathering specific company information before registration and provides links to resources and support. Overall, it highlights the streamlined process essential for entities aiming to engage in federal contracts and grants, aiming to facilitate compliance and enhance participation in government procurement activities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Supply and Installation of Air Ventilation System at Three Legacy Buildings at the U.S. Embassy, Manila
Buyer not available
The U.S. Department of State is soliciting proposals for the supply and installation of a new fresh air and ventilation system at the U.S. Embassy in Manila, Philippines. This procurement aims to enhance the air quality and ventilation in three legacy buildings, ensuring compliance with specific guidelines and performance standards outlined in the solicitation. The successful contractor will be responsible for adhering to the defined project timeline, with a completion period specified in the documentation. Proposals must be submitted in sealed envelopes by May 9, 2025, at 2:00 p.m. local time, and interested parties can contact Abegail B. Lamban-Tubo at ManilaPurchasing@state.gov or by phone at 63253012000 for further information.
Water treatment system filters and related parts
Buyer not available
The U.S. Embassy in Burundi is seeking proposals for the supply and delivery of high-quality water treatment system filters and related parts. This procurement includes 18 specific items, such as reverse osmosis membranes, metering pumps, sensor probes, and various tubing and valves, with a total requirement of 60 units. These components are essential for ensuring effective water purification, which is critical for public health and safety in the region. Interested vendors must submit their electronic quotes by May 8, 2025, to the Bujumbura Procurement Section at BujProcurement@state.gov, including a technical sheet for each quoted product and noting applicable VAT, with delivery expected within 60 days after award.
RFQ FOR LOCAL PURCHASE OF AIR CONDITIONERS
Buyer not available
The U.S. Embassy in Cotonou, Benin, is seeking to procure wall-mounted air conditioners through a Request for Quotation (RFQ) identified as PR15226852. The procurement involves the purchase of 12 units of various models of LG air conditioners, which must be delivered within 15 days of order placement, with payment terms set for net 30 days after delivery, prohibiting any advance payments. This acquisition is crucial for meeting the Embassy's operational needs while adhering to federal regulations and standards for commercial items. Interested vendors must submit their bids by April 29, 2025, to the designated email address, and must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, vendors can contact the Contracting Officer, Rebecca J. Stone, at stonerj@state.gov.
Procurement of Internet Leased Line Services for the U.S. Embassy Hanoi. Period of Performance: Jul 01, 2025 – Jun 30, 2026.
Buyer not available
The U.S. Department of State is seeking a contractor to provide Internet leased line services for the U.S. Embassy in Hanoi, Vietnam, for the period from July 1, 2025, to June 30, 2026. The procurement aims to secure VPN and internet services, including dedicated leased line channels and circuitry to connect the embassy and its annex locations, ensuring high availability and minimal packet loss. This contract is critical for maintaining reliable communication infrastructure essential for U.S. diplomatic operations in the region. Interested vendors should contact Albert Kafka at KafkaAB@state.gov or Bui Huyen Trang at Buith@state.gov for further details, and must comply with federal anti-discrimination laws, cybersecurity standards, and the National Defense Authorization Act requirements as outlined in the associated documentation.
44--FILTER UNIT,AIR PUR
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of FILTER UNIT, AIR PUR. This contract involves the manufacture and supply of air purification equipment, which is critical for maintaining air quality in various defense applications. The procurement is set aside for small businesses, emphasizing the importance of compliance with quality assurance standards and specific design requirements as outlined in the solicitation. Interested vendors should contact Jessica T. Grzywna at 215-697-5095 or via email at JESSICA.T.GRZYWNA.CIV@US.NAVY.MIL for further details and to ensure their proposals meet the necessary criteria.
FILTER,AIRCRAFT INS
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting quotes for the procurement of aircraft air filters. This opportunity falls under the NAICS code 336413, which pertains to Other Aircraft Parts and Auxiliary Equipment Manufacturing, and involves the provision of miscellaneous aircraft accessories and components. The selected contractor will be expected to deliver technically acceptable quotes that are most advantageous to the Government, with a preference for early and incremental deliveries. Interested vendors must submit their quotes via email to Carolyn A. Clark at carolyn.a.clark30.civ@us.navy.mil by 4:30 PM EST on the specified closing date, as late submissions will not be considered for award.
RFQ-19NP4025Q2657_FAC Equipment's
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Kathmandu, is seeking proposals for the procurement of commercial items, specifically electric utility vehicles and machinery, under the solicitation RFQ-19NP4025Q2657. This opportunity is set aside for 8(a) certified businesses and aims to ensure compliance with federal acquisition regulations while acquiring necessary equipment for the Embassy's operations. The procurement emphasizes adherence to ethical business practices and labor laws, with proposals evaluated on a "Lowest Price Technically Acceptable" basis, considering prior experience and compliance with federal contract terms. Interested vendors must submit their bids via email by May 12, 2025, and can contact Sunil Pandit at pandits@state.gov or William J Miskelly at MISKELLYWJ@state.gov for further information.
41--FILTER MEDIA,AIR CO
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of filter media for air conditioning units, specifically NSN 4130014107488. The solicitation includes two lines: the first requires 1,487 units to be delivered to DLA Distribution Cherry Point within 92 days after order, and the second requires 2,512 units under the same delivery timeline. These filter media components are critical for maintaining air quality and efficiency in military air conditioning systems. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
29--AIR CLEANER,INTAKE
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of air cleaners, intake, under solicitation number NSN 2940015251230. The requirement includes a quantity of four units, with delivery expected within 70 days after order placement, and the potential for an Indefinite Delivery Contract (IDC) lasting one year or until the total order value reaches $250,000. These air cleaners are critical components for engine accessories, ensuring optimal performance and reliability in various military applications. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and any inquiries should be directed to the DLA at DibbsBSM@dla.mil.
Preventative Maintenance Service Contract (PMSC) for Carrier Chiller
Buyer not available
The U.S. Embassy in Baku, Azerbaijan, is soliciting quotations for a Preventative Maintenance Service Contract (PMSC) for Carrier Chillers, under Request for Quotations number 19AJ2025Q0008. The contract requires vendors to provide semi-annual maintenance, emergency response services, and ensure that technicians are certified and trained, adhering to safety standards and local regulations. This maintenance service is crucial for the efficient operation of the Embassy's chiller systems, supporting its overall functionality and compliance with performance standards. Interested vendors must attend a pre-quotation conference on April 17, 2025, and submit their quotations electronically by April 30, 2025, with all submissions directed to Elnara Gurbanova at gurbanovaen@state.gov. For further inquiries, vendors may also contact Sandra Pizarro at pizarrosv@state.gov.