Opportunity

SAM #PR15997153

Supply and Installation of uPVC Door Systems for U.S. Embassy Colombo Recreation Center

Buyer

U.S. Embassy Colombo

Posted

May 07, 2026

Respond By

May 22, 2026

Identifier

PR15997153

NAICS

326199, 238150, 238290

This opportunity involves the supply and installation of uPVC door systems for the U.S. Embassy Colombo's recreation center renovation project. - Government Buyer: - U.S. Embassy Colombo, Department of State - Products and Services Requested: - Supply, fabrication, and installation of uPVC door systems, including: - Fixed glazed assemblies (multiple panel configurations) - Sliding door systems (two- and three-panel) - Hinged doors (single and double leaf, some with louvers or sandblasted finish) - Insulated doors and security room doors - All units require double-glazed, argon-filled insulated glass units (IGUs), tempered safety glass, and European-manufactured hardware - Installation must ensure airtight, watertight, and thermally efficient performance - Field verification, finishing, and comprehensive installation required - Unique or Notable Requirements: - All assemblies must use UV-stabilized, weather-resistant uPVC - European-grade hardware, multi-point locking, heavy-duty rollers, soft-closing mechanisms - 5-year material warranty and 2-year workmanship warranty - Mandatory local execution capability in Sri Lanka, on-site supervision, rapid technical response, and local after-sales support - Attendance at pre-proposal conference and site visit strongly encouraged - No specific OEMs or vendors are named in the solicitation, but European hardware is required - Quantities range from 1 to 2 units per door/window type - Place of performance is the U.S. Embassy Colombo recreation center

Description

Dear Offerors,

The United States Embassy in Sri Lanka invites you to submit proposals for the Supply & Installation of uPVC Door Systems.

Description

Supply, fabricate, and install complete uPVC door systems including fixed glazed units, sliding doors, and hinged doors as per approved drawings and door schedule. Systems shall be of uniform manufacturer profile, UV-stabilized, weather-resistant uPVC with factory-fabricated double-glazed insulated glass units (IGUs), minimum 8 mm thickness overall, argon-filled, hermetically sealed, and fully tempered safety glazing compliant with ANSI Z97.1 and CPSC 16 CFR 1201.

All assemblies shall include European-grade hardware, multi-point locking, heavy-duty rollers, handles, and soft-closing mechanisms. Installation shall include complete sealing, gaskets, beading, and corrosion-resistant fixings ensuring airtight, watertight, and thermally efficient performance. System shall ensure durability, non-warping performance, uniform aesthetics, and long-term functional stability.

Provide a 5-year material warranty and 2-year workmanship warranty.

Local Execution, Responsiveness, and On-Site Requirements

To ensure timely execution, quality assurance, and effective project coordination, the following mandatory requirements apply:

Local Project Execution Capability

<ul>
    <li>The Contractor shall have an established local presence in Sri Lanka, either as a registered company, joint venture, or formally authorized local representative.</li>
    <li>Proof of local office, operational base, or permanent technical support facility shall be provided.</li>
</ul>
</li>
<li><strong>On-Site Supervision and Mobilization</strong>
<ul>
    <li>Contractor must provide qualified on-site supervision throughout the project duration.</li>
    <li>Mobilization of personnel, materials, and equipment must be completed within the agreed project timeline and in no case exceed 5 to 10 calendar days from notice to proceed.</li>
</ul>
</li>
<li><strong>Response Time and Project Support</strong>
<ul>
    <li>The Contractor must ensure technical response within 24&ndash;48 hours for all site coordination, installation issues, and clarification requests.</li>
    <li>Emergency or critical site support shall be available on call within Sri Lanka during execution phase.</li>
</ul>
</li>
<li><strong>Travel, Logistics, and Cost Responsibility</strong>
<ul>
    <li>All travel, accommodation, transport, customs clearance, and logistical costs associated with project execution shall be fully borne by the Contractor.</li>
    <li>The Embassy will not be responsible for international travel or mobilization expenses.</li>
</ul>
</li>
<li><strong>Site Familiarization and Attendance</strong>
<ul>
    <li>Attendance at the pre-proposal conference and site visit is strongly encouraged and may be required for technical qualification.</li>
    <li>Failure to demonstrate familiarity with site conditions may result in technical non-responsiveness.</li>
</ul>
</li>
<li><strong>After-Sales Support and Warranty Service</strong>
<ul>
    <li>Contractor shall maintain local warranty support capability in Sri Lanka for the full warranty period.</li>
    <li>Replacement parts and service response must be available locally without dependence on extended international shipping delays.</li>
</ul>
</li>

Attachments

Statement of Work (SOW) Drawings Note: The drawings will be made available only to attendees at the mandatory/pre-proposal site visit and conference. No drawings will be distributed electronically.

Pre-Proposal Conference

The Embassy intends to conduct a pre-proposal conference at No. 75, Gregory’s Road, Colombo 7, at 10:15 a.m. on 12th May 2026.

Submission Instructions

Prices should be duty free and VAT exempt.

Both quotation and technical proposal should be submitted and addressed to: Contracting Officer, American Embassy Colombo, 210 Galle Road, Colombo 03, Sri Lanka Email: sundaravelyg@state.gov

Due Date

On or before 1700 hours on May 22nd, 2026. Late submissions may result in disqualification for non-responsiveness.

Award Basis

The U.S. Government intends to award a contract to the responsible company submitting the lowest priced, technically acceptable offer. Award may be made based on initial quotations without discussions, although discussions may be held if necessary with companies in the competitive range.

Bids valued $30,000.00 or above vendors must possess an active SAM registration. Guidelines for SAM registration attached.

View original listing