Skip to content
Department of State

19GV1026Q0007 cleaning and degreasing

Solicitation: 19GV1026Q0007
Notice ID: 86c97830d9b14db8b0bd78f849896faa
TypeSolicitationNAICS 561720PSC7930Set-AsideNONEDepartmentDepartment of StatePostedFeb 19, 2026, 12:00 AM UTCDueMar 17, 2026, 08:30 PM UTCCloses in 23 days

Solicitation from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: Conakry, Conakry • Guinea. Response deadline: Mar 17, 2026. Industry: NAICS 561720 • PSC 7930.

Market snapshot

Awarded-market signal for NAICS 561720 (last 12 months), benchmarked to sector 56.

12-month awarded value
$7,323,511
Sector total $921,599,318 • Share 0.8%
Live
Median
$110,352
P10–P90
$73,636$1,079,427
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.8%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,323,511)
Deal sizing
$110,352 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Live POP
Place of performance
Conakry, Conakry • Guinea
Contracting office
Washington, DC • 20520 USA

Point of Contact

Name
Procurement team
Email
ConakryProc@state.gov
Phone
00224655104000
Name
Tinkiano Gaston Faya
Email
TinkianoGF@state.gov
Phone
00629000592

Agency & Office

Department
STATE, DEPARTMENT OF
Agency
STATE, DEPARTMENT OF
Subagency
US EMBASSY CONAKRY
Office
Not available
Contracting Office Address
Washington, DC
20520 USA

More in NAICS 561720

Description

  1. SCOPE OF WORK

The U.S. Embassy in Conakry, Guinea, requires services for the inspection, cleaning, and degreasing of cafeteria kitchen exhaust hoods, filters, fan blades and motors, as well as all ductwork from the kitchen to the exterior exhaust point. These services are to be performed on an annual basis.

The contractor shall provide all necessary labor, materials, tools, equipment, and transportation to carry out these maintenance services at the U.S. Embassy Conakry, located at Transversale No. 2, Ratoma, Conakry, BP 603.

  1. Cafeteria Kitchen Exhaust Hood and Duct Maintenance

Scope of Work and Pricing Includes:

Kitchen Exhaust Hood:

  • Provide qualified technical personnel, equipment, and materials to inspect, clean, and degrease cafeteria kitchen exhaust hoods, filters, fan blades and motors, and all ductwork from the kitchen to the exterior exhaust point.
  • All work must be performed by properly trained, qualified, and certified personnel.
  • Conduct a test run of the fan motor before and after cleaning.
  • Open duct access panels as necessary to access the interior of the ducts. Notify the Contracting Officer if additional access panels are required to ensure thorough cleaning.
  • Seal any leaking duct joints identified during the cleaning process.
  • Provide service reports, including identification of any faulty parts that require replacement.
  • Clean the floor, surrounding surfaces, and the general work area after completing the cleaning and degreasing service.
  • Protect all electrical and kitchen equipment, worktops, and surrounding areas with plastic or canvas sheets before starting work. Ensure thorough cleanup after completion. No residual grease should remain.
  • Work must be performed Monday through Thursday from 15:00 to 18:00, and Friday from 13:30 to 18:00 (excluding U.S. and Guinea holidays). Services must be scheduled at least two weeks in advance and will be conducted between April 1 and May 30.

  1. ADDITIONAL WORK AND COST

If additional work or costs are required, the Contractor must submit a price quotation to ConakryProc@state.gov for pre-approval before commencing any additional work.

  1. TYPE OF CONTRACT

This contract is a firm-fixed price type of purchase order.  The Government will not pay any additional sums due to any escalation in the cost of materials, equipment or labor, or because of the Contractor's failure to properly estimate or accurately predict the cost or difficulty of achieving the results required by this contract.  Nor will the contract price be adjusted due to fluctuations in the currency exchange rates.

  1. CONTRACT PRICE

The Contractor shall complete all work, including furnishing all labor, material, equipment and services required under this purchase order for the firm fixed price as stated in the quotation and within the time specified.  The firm-fixed price shall also include overheads (including cost of Insurance, which shall not be a direct reimbursement) and profit. (please quote in GN or USD)

                                   

  1. DELIVERY

Please liaise with Kevin Shorten at Tel: 629000472; email: ShortenKD@state.gov

Working hours will be 15:00 – 18:00 Monday – Thursday, 14:00 – 18:00 Friday, (after cafeteria kitchen closes) excluding local and American holidays (list to be provided).

  1. PAYMENT

On satisfactory completion of each servicing, the Contractor shall send invoice to  ConakryDBO@state.gov .

Payment will be made within 30 days after completion of the required service, upon confirmation by the Contracting Officer’s Representative (COR) that all contractual obligations have been met. The contractor must submit a final invoice after the COR has verified that all requirements have been fulfilled.

  1. SPECIAL REQUIREMENTS

  1. Supervisor.  The Contractor shall provide an experienced senior technician on site when work is being done to ensure proper performance.

  1. Transporting Materials.  The Contractor shall take care in loading and unloading materials for the work so that driveways and footpaths are not obstructed or traffic impeded. 

  1. The Contractor agrees that the Government shall not be responsible for personal injuries or for damages to any property of the Contractor, its officers, agents, servants, and employees, or any other person, arising from and incident to the Contractor's performance of this contract.  The Contractor shall hold harmless and indemnify the Government from any and all claims arising therefrom, except in the instance of gross negligence on the part of the Government.

  1. Injury/Damage to Persons and Property.  The Contractor shall be responsible for all injury to persons or damages to property that occurs as a result of the Contractor's fault or negligence.  The Contractor shall take proper safety and health precautions to protect the building and all workers. All mishaps that cause any kind of injury, illness or property damage shall be reported to the Contracting Officer at the earliest opportunity.  The Contractor shall make good any damage to the Embassy caused by his negligence and shall carry out such repair (s) and/or replacement(s) at his own expense.

  1. Damage to property.  The Contractor shall take all necessary precaution to protect the Government premises/property while work is in progress.  The Contractor shall be liable for any damage caused to buildings, driveways, culverts, equipment, furniture, fixtures, or vegetation, or any other Government property, and shall replace or repair the damage at no expense to the Government. Precautionary measures include but are not limited to supply of padding materials to protect floors, walls, electrical fittings, stairs, and doorways.  If the Contractor fails or refuses to make such repair or replacement, the Contractor shall be liable for the cost, which may be deducted from the contract price.

  1. Insurance.  The Contractor is required by FAR 52.228-5, "Insurance - Work on a Government Installation" to provide whatever insurance is legally necessary. The Contractor shall at its own expense obtain any type of insurance required by local law or that are ordinarily or customarily obtained in the location of the work.  The limit of such insurance shall be as provided by law or sufficient to meet normal and customary claims.

  1. Laws and Regulations.  The Contractor shall, without additional expense to the Government, be responsible for complying with all laws, codes, ordinances, and regulations applicable to the performance of the work, including those of the host country, and with the lawful orders of any governmental authority having jurisdiction.

  1. Drilling, Cutting and Hacking.  No drilling, cutting, or hacking to existing structure is permitted except as mentioned in the scope of work or for which approval is given by the Contracting Officer or the Contracting Officer's Representative (COR).

  1. Avoiding Nuisance.  The Contractor shall carry out the work in such manner as to cause as little inconvenience and nuisance to operations at the building.  The Contractor shall take utmost precautions in minimizing noise arising from the work.  The Contractor is liable for and shall indemnify the Government in respect of any claim or proceedings arising out of the Contractor's neglect in taking care to ensure that noise from the work does not constitute a nuisance.

  1. Removal of Debris.  The Contractor shall remove all debris and surplus materials immediately upon completion of work.  No dumping shall be permitted at the site.  The Contractor shall leave the work place in clean, neat and orderly condition satisfactory to the COR.

  1. Use of Utilities.  The Government shall provide water and electricity at existing outlets, free-of-charge (FOC) for the work.

  1. Warranties.  The Contractor warrants that all work performed under this contract conforms to the contract requirements, or best commercial practice in the absence of a specific contract requirement, and is free from defective or inferior materials, installation, or workmanship.   If the Contractor fails to remedy any failure or defect in services within a reasonable time after notification of the failure or defect by the Contracting Officer's Representative, then the Government shall have the right to repair or otherwise remedy the failure or defect or damage at the Contractor’s expense.

  1. Security.  The Government reserves the right to deny access to U.S.-owned and U.S.-operated facilities to any individual.  Only individuals cleared by the Government will be permitted to perform under this contract. The Contractor shall submit employees’ information to Kevin Shorten at ShortenKD@state.gov or Yakubu Issah at IssahYB@state.gov  least 5 business days before commencement of work.

PLEASE REVIEW  THE ATTACHMENT FOR MORE DETAILS

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.