Skip to content
Department of State

HVAC Preventive Maintenance Services at the Chief of Mission Residence in Singapore

Solicitation: 19SN1026R0007
Notice ID: fd8827760fe149a48c6844fce5d9fa1d
TypeSolicitationNAICS 238220PSCJ041Set-AsideNONEDepartmentDepartment of StatePostedFeb 06, 2026, 12:00 AM UTCDueMar 05, 2026, 08:30 AM UTCCloses in 10 days

Solicitation from STATE, DEPARTMENT OF • STATE, DEPARTMENT OF. Place of performance: Singapore, Central Singapore • Singapore. Response deadline: Mar 05, 2026. Industry: NAICS 238220 • PSC J041.

Market snapshot

Awarded-market signal for NAICS 238220 (last 12 months), benchmarked to sector 23.

12-month awarded value
$78,194,565
Sector total $33,072,247,130 • Share 0.2%
Live
Median
$127,594
P10–P90
$4,055$6,099,600
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+220186%($78,123,603)
Deal sizing
$127,594 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
Singapore, Central Singapore • Singapore
Contracting office
Washington, DC • 20520 USA

Point of Contact

Name
Kevin M. Phillips
Email
sgprocurementrfq@state.gov
Phone
Not available
Name
Grace Ng
Email
sgprocurementrfq@state.gov
Phone
Not available

Agency & Office

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

More in NAICS 238220

Description

This is in reference to the pre-solicitation originally issued as a Request for Quotations (RFQ) under RFQ No. 19SN1026Q0013 for HVAC Maintenance Services at the Chief of Mission Residence in Singapore.

Enclosed is a Request for Proposal (RFP) for HVAC Preventive Maintenance Services under a hybrid contract consisting of firm-fixed-price (FFP) scheduled services and indefinite-delivery/indefinite-quantity (IDIQ) unscheduled services. If you would like to submit a proposal, submit it in accordance with the instructions in Section L of the solicitation, complete the required portions of the attached document, and submit it to the address shown on the Standard Form that follows this letter.

The U.S. Government intends to award a contract to the responsible offeror submitting the lowest-priced, technically acceptable proposal in accordance with Section M of the solicitation. The Government intends to award a contract based on initial proposals, without holding discussions, although discussions may be conducted with offerors in the competitive range if determined to be in the Government’s interest.

Please pay attention to requirements outlined under applicable DOSAR provisions and local law requirements. Offerors shall possess all necessary licenses and permits required to conduct business in Singapore. Offerors are responsible for ensuring compliance with all applicable Singaporean laws and regulations, including tax registration and reporting requirements. Offerors should review all local laws prior to submitting a proposal.

The Embassy intends to conduct a pre-proposal conference and site survey. The pre-proposal conference will be held on February 13, 2026, at 1030 hours (Singapore Time) at 8 Leedon Park, Singapore 267885. Prospective offerors shall contact Grace Ng (SGProcurementRFQ@state.gov) no later than February 11, 2026, at 1200 hours (Singapore Time) to arrange access to the facility.

Proposals are due by March 05, 2026, at 1630 hours (Singapore Time). No proposal will be accepted after this time. Proposals shall be in English and incomplete proposals will not be accepted.

Proposals shall be submitted electronically to SGProcurementRFQ@state.gov. Submissions shall be in MS Word 2007/2010, MS Excel 2007/2010, or Adobe Acrobat (PDF) format. Individual email attachments shall not exceed 30MB. If a proposal exceeds this limit, it shall be submitted in multiple emails, each with attachments of less than 30MB.

In order for a proposal to be considered, offerors shall complete and submit the following:

  • SF-33
  • Section B, Pricing
  • Section K Representations and Certifications
  • Additional information as required in Section L

Offerors shall be registered in the System for Award Management (SAM) at https://www.sam.gov

prior to submission of their offer, in accordance with FAR 4.1102. Failure to be registered at the time of proposal submission may result in the offeror being determined non-responsible, and no further consideration will be given. Offerors are strongly encouraged to register immediately if they intend to submit a proposal.

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.