Six Passenger Pick-up 4X4
ID: FA706024Q0086Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7060 11TH CONTRACTING SQ PKWASHINGTON, DC, 20032-2110, USA

NAICS

Heavy Duty Truck Manufacturing (336120)

PSC

TRUCKS AND TRUCK TRACTORS, WHEELED (2320)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the 11th Contracting Squadron of the Department of the Air Force, is seeking qualified vendors to provide four new six-passenger 4X4 pickup trucks for use at Joint Base Anacostia-Bolling in Washington, D.C. The procurement requires vehicles that meet specific salient characteristics, including a 4-wheel antilock brake system, manual locking hubs, and a rearview camera, with delivery expected within 120 days after acceptance. This initiative underscores the importance of sourcing reliable vehicles to support military operations while adhering to federal regulations and promoting small business participation. Interested vendors must submit their quotations electronically by September 16, 2024, and direct any questions to the primary contact, J. Brandon La'Pierre, at jerome.lapierre.1@us.af.mil, or the secondary contact, Pedro Andrade, at pedro.andrade.3@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force has issued a combined synopsis and solicitation (RFQ FA706024Q0024) to procure four new six-passenger 4X4 pick-up trucks, aimed exclusively at small businesses. Currently, no funds are available for this contract, and awards will only proceed once funding is secured. Interested vendors must submit their quotes electronically by September 16, 2024, with questions due by September 9, 2024. The procurement follows simplified acquisition procedures under FAR Part 12. The solicitation outlines that the contractor is responsible for delivering the vehicles to Joint Base Anacostia-Bolling within 120 days of order acknowledgment. A complete quote must include specific pricing information and a catalog cut-out with vehicle details. Evaluation will focus primarily on price and compliance with the stated essential characteristics, rating proposals as “Acceptable” or “Unacceptable.” The government seeks to ensure the best value through a lowest-price evaluation process. This solicitation underscores the government's commitment to engage small businesses while adhering to federal procurement standards and requirements.
    The Department of the Air Force's 11th Contracting Squadron has issued a combined synopsis and solicitation (RFQ FA706024Q0086) for the procurement of four new Six Passenger Pick-up 4X4 vehicles. This solicitation, dated September 4, 2024, is a 100% Small Business Set-Aside, meaning only small businesses can submit quotes. Vendors are advised that funding is not currently available; no award will occur until funds are obtained, and the government may cancel the solicitation without compensating vendors for incurred costs. Quotations must be submitted electronically by September 16, 2024, with vendor questions due by September 9, 2024. Quotes need to include a price schedule and a catalog cut-out detailing technical specifications. The contract will be awarded based on the lowest price that meets acceptance criteria. A successful award will result in a firm-fixed price contract, with delivery required within 120 days after acceptance. The procurement follows FAR guidelines and emphasizes compliance with specified requirements, prioritizing best value to the government while adhering to federal regulations. This initiative reflects the government's ongoing commitment to sourcing from small businesses while ensuring proper procurement processes.
    The Department of the Air Force's 11th Contracting Squadron has issued a combined synopsis and solicitation (RFQ FA706024Q0086) for a one-time purchase of four new Six Passenger Pick-up 4X4 vehicles. This acquisition is set aside exclusively for small businesses. The solicitation was posted on September 4, 2024, with a response deadline of September 16, 2024. Vendors must submit their quotes electronically, and any proposals lacking the required technical documentation will be deemed non-responsive. Essential evaluation criteria include price and compliance with specified vehicle characteristics. Vendors are required to submit a total price for the vehicles and a warranty for each. Delivery is to be made within 120 days after contract award to the designated base. The selection process will prioritize the lowest priced offers meeting the government’s requirements, ensuring the best value to the government. Questions must be directed to the designated contracting personnel by September 9, 2024. This solicitation reflects the Department's ongoing efforts to procure vehicles in a manner that promotes competition among small businesses while adhering to federal regulations and procedural standards.
    The memorandum from the Department of Defense outlines the salient characteristics and delivery information for a Fiscal Year 2024 requirement of four 6-passenger 4X4 pickup trucks for the 11th Logistics Readiness Squadron at Joint Base Anacostia-Bolling in Washington, DC. The document includes specific features required for the vehicles, such as a 4-wheel antilock brake system, manual locking hubs, a rearview camera, and various warranty terms covering different components, ranging from 3 to 5 years. Additionally, color specifications include blue, white, or black, and the model must be of American make. The document emphasizes that the provided image is an example and not the exact specification needed. Delivery is directed to Building 362 Thomas Road SW at the base. This procurement request illustrates the Department of Defense's needs and standards for equipment to support military operations effectively.
    The memorandum from the Department of Defense outlines the salient characteristics and delivery details for the procurement of four 6-PAX 4X4 pick-up trucks for the 11th Logistics Readiness Squadron at Joint Base Anacostia-Bolling. The delivery location is specified, and a table presents critical functional characteristics, such as a four-wheel antilock brake system, various warranties for components, and features including hill start assist, manual locking hubs, and a rear view camera. The trucks must be of an American make, available in blue, white, or black. It is emphasized that the included image is illustrative and does not represent the exact requirement, reiterating the importance of adhering to the specified salient characteristics for the vehicles. This memorandum serves as guidance for potential vendors responding to the federal procurement process, ensuring they meet operational needs and compliance standards set forth by the Department of Defense.
    This memorandum from the Department of Defense outlines the salient characteristics and delivery requirements for a procurement of four 6-passenger 4X4 pickup trucks for the 11th Civil Engineering Squadron. It details specific functional features crucial for the trucks, including warranty periods for essential components such as the 4-wheel antilock brake system, powertrain, roadside assistance, and the diesel engine. The document specifies the delivery location at Joint Base Anacostia-Bolling, DC, and includes a note advising that the accompanying image is a mere example, not representative of the exact required product. The memorandum serves as a formal request for proposals (RFP), emphasizing the alignment of specifications with performance and safety standards needed for military operations. Such documents are essential for ensuring that the procurement process meets the operational requirements of the Air Force and adheres to federal contracting guidelines.
    The document outlines a solicitation for the procurement of four six-passenger 4X4 pickup vehicles by the federal government under the Women-Owned Small Business (WOSB) program. It includes crucial details such as the solicitation number (FA706024Q0024), issue date (September 4, 2024), and submission deadline (September 16, 2024). The government stipulates that funding for the contract is not currently available, and thus, any award is contingent upon the availability of funds. A detailed description of the vehicle specifications is provided, emphasizing compliance with specified salient characteristics. The contract will adhere to a firm-fixed price arrangement, employing various FAR and DFARS clauses relating to procurement, labor standards, and the utilization of small business concerns, including those that are economically disadvantaged or owned by veterans. Additionally, the document stipulates various compliance and safety requirements for contractors working on government installations, highlighting the need for contractor identification and adherence to health and safety regulations. It emphasizes the importance of submitting required certifications and adhering to regulations governing procurement and subcontracting opportunities for small businesses. The overall goal of the solicitation is to support economic growth through small and disadvantaged businesses while ensuring compliance with federal regulations.
    This document outlines a federal solicitation for a Women-Owned Small Business (WOSB) to procure six passenger 4x4 vehicles under requisition number FA706024Q0086. It includes sections for contract details, supply specifications, and relevant terms and conditions, highlighting the necessity for vehicle delivery and compliance with various federal regulations. The bid submission deadline is September 16, 2024, by 12:00 PM local time. The contractor must adhere to clauses related to system maintenance, working standards, and item identification requirements for government items costing over $5,000. Special instructions for delivery, inspection locations, and electronic payment processing are included. Additionally, the document mandates that contract-related concerns should be first addressed to the contracting officer before being escalated to a designated ombudsman. This procurement reflects the government's initiative to empower small businesses while ensuring compliance with extensive regulatory frameworks surrounding federal acquisitions.
    This document outlines a solicitation for a government contract under the Women-Owned Small Business (WOSB) program, specifically requesting proposals for the purchase of four six-passenger pick-up 4X4 vehicles. The procurement is governed by various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) requirements. Key details include solicitation number FA706024Q0086, with proposals due by September 16, 2024. The contract stipulates that delivery is expected within 120 calendar days from the award date and emphasizes that no contract will be awarded until funding is available. The form also includes clauses regarding unique item identification, contractor requirements for safety on government installations, and contractual rights and obligations. Additionally, specific details about inspections, payment processing through the Wide Area Workflow (WAWF) system, and subcontracting obligations for small businesses are addressed. This solicitation represents an effort to engage women-owned businesses in government contracting, adhering to federal regulations that promote diversity and inclusion within the procurement process.
    Lifecycle
    Title
    Type
    Six Passenger Pick-up 4X4
    Currently viewing
    Sources Sought
    Combined Synopsis/Solicitation
    Similar Opportunities
    Vehicle Lease
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotations for a one-year lease of ten vehicles under solicitation number FA9401-24-Q-0036, fully set aside for small businesses. The procurement requires a mix of vehicles, including one 1-ton stake bed truck, one 1.5-ton stake bed truck, one 1.5-ton crew cab pickup, three cargo vans, and four 15-passenger vans, all of which must meet safety standards set by the New Mexico Department of Public Safety and the Motor Vehicle Division. This initiative is crucial for supporting personnel and cargo transport, thereby enhancing operational efficiency and readiness. Interested offerors must submit their quotes via email by September 20, 2024, and are encouraged to direct any questions to the primary contact, Austin Swain, at austin.swain@us.af.mil or by phone at 505-846-9742, with all proposals needing to remain valid until the end of September.
    554 RHS Freighter Vehicle Part - Andersen AFB, Guam
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of a Freightliner vehicle part, designated as part number 301D/DDE R23534729, intended for a 2018 Freightliner M2 vehicle at Andersen Air Force Base in Yigo, Guam. This acquisition is fully set aside for small businesses under NAICS Code 336310, emphasizing the importance of sourcing OEM components to maintain military vehicle operational readiness. Vendors must submit their quotes by 1:00 PM Chamorro Standard Time on September 20, 2024, with delivery expected 160 days post-award, and all inquiries should be directed to the designated contacts by September 13, 2024. For further information, interested parties can reach out to Shelby Benko at shelby.benko.1@us.af.mil or SSgt Vanessa Gray at vanessa.gray.1@us.af.mil.
    100 LRS Truck Retriever
    Active
    Dept Of Defense
    The Department of Defense, specifically the 100th Logistics Readiness Squadron (100 LRS), is seeking quotes for the procurement of one Truck Retriever to be delivered to RAF Mildenhall, United Kingdom. The vehicle must meet specific requirements, including compliance with EU specifications, a durable design, and essential features such as a hydraulic winch and safety equipment, aimed at enhancing the squadron's operational efficiency in vehicle recovery. This procurement is critical for minimizing vehicle downtime and ensuring swift recovery capabilities, thereby supporting military logistics in the region. Interested vendors should note that funds are not currently available for this effort, and no award will be made until funding is secured; quotes must be submitted by September 17, 2024, with inquiries directed to Jordan Goode at jordan.goode.1.gb@us.af.mil or Esther Hamilton at esther.hamilton@us.af.mil.
    USACE Construction Engineering Research Laboratory (CERL) Pickup Trucks
    Active
    General Services Administration
    The General Services Administration (GSA) is seeking proposals for the procurement of four pickup trucks on behalf of the U.S. Army Corps of Engineers (USACE) Construction Engineering Research Laboratory (CERL). This opportunity is part of an assisted acquisition process, with specific requirements outlined in the attached documents, including vehicle specifications and delivery terms. The trucks must be new, already manufactured, and ready for immediate delivery to the ERDC/CERL facility in Champaign, Illinois, emphasizing the importance of timely delivery and compliance with federal procurement standards. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to John E. (Ed) Hodges at john.hodges@gsa.gov or 703-603-8586.
    Utility Terrain Vehicle (UTV) for Marine Corps Systems Command
    Active
    Dept Of Defense
    The Department of Defense, through the Marine Corps Systems Command, is soliciting quotations for the procurement of two Utility Terrain Vehicles (UTVs) as part of the requirements for the MCAS Cherry Point Air Show. The contract, identified as M67854-24-Q-5201, is a total small business set-aside, and interested vendors must demonstrate compliance with specific technical specifications and provide a total price that includes all delivery costs. These UTVs are essential for operational support and must meet detailed performance criteria, including safety features and towing capabilities. Quotations are due by 10:00 AM EDT on September 17, 2024, with delivery expected within 30 days post-award to Quantico, Virginia. For further inquiries, interested parties can contact Mark R. Sanderson at mark.sanderson@usmc.mil or Meagan Sharp at meagan.sharp.civ@usmc.mil.
    UTVs for CES MXS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Minnesota Air National Guard, is seeking proposals from small businesses for the procurement of utility task vehicles (UTVs) to be utilized at their base in Saint Paul, Minnesota. The solicitation includes a request for two 2-passenger UTVs and one 4-passenger UTV, with specific requirements outlined in the attached Statement of Work, emphasizing durability, performance, and compliance with military standards. This procurement is crucial for enhancing operational capabilities at the base, and proposals are due by September 20, 2024, with quotes needing to remain valid through September 30, 2024. Interested parties can direct inquiries to Daniel Byler at daniel.byler@us.af.mil or Lt Col Ann Feist at ann.feist.1@us.af.mil for further information.
    UTV Purchase/Trade In for Brookville Lake
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is soliciting bids for the purchase and delivery of a 4x4 Utility Terrain Vehicle (UTV) for use at Brookville Lake in Indiana. Bidders are required to submit a quote that includes both the new UTV and a trade-in offer for an existing vehicle, with the total quote encompassing delivery of the new UTV and pick-up of the trade-in. This procurement is set aside for small businesses, emphasizing the importance of the UTV for operational efficiency at the site. Interested vendors must submit their quotes by September 26, 2024, and direct any inquiries to Contracting Officer Ethan Phillips at ethan.s.phillips@usace.army.mil or by phone at 502-315-6545, ensuring they are registered in the System for Award Management (SAM) prior to contract award.
    F-16 Gun Maintenance Trailer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking quotes for the procurement of an F-16 Gun Maintenance Trailer, which is essential for maintenance operations on the F-16's 20MM Gun System at Homestead Air Reserve Base. The trailer must be designed to provide a stable working platform, featuring a split deck design that allows maintenance without removing external fuel tanks, and must include storage compartments and a crane rated for 300 pounds. This procurement is critical for ensuring operational safety and efficiency in military maintenance tasks, with a total small business set-aside and an anticipated award date no later than September 30, 2024. Interested vendors should submit their quotes to Contracting Officer Gleybis Carrera at gleybis.carrera.1@us.af.mil by the revised due date of September 17, 2024, at 9:00 AM EST.
    Purchase of one Vehicle SUV 4x4
    Active
    State, Department Of
    The U.S. Embassy in Panama is seeking offers for the procurement of one SUV vehicle, specifically a Ford Explorer 2023 or an equivalent model, through a combined synopsis/solicitation process. The vehicle must meet specific performance and safety specifications, including a minimum of 300 horsepower, capacity for 7-8 passengers, and advanced safety features such as collision avoidance and electronic stability control. This procurement is essential for the Embassy's operational needs in Panama, ensuring reliable transportation for its personnel. Interested vendors must submit their bids by 3:00 PM on September 18, 2024, and must be registered in the System for Award Management (SAM), providing proof of registration with their quotes. For inquiries, vendors can contact Gabriel Massine at PNMPROCREQ@state.gov or Walter Williams at Williamswy@state.gov.
    Purchase of New Vehicle Parts, 374th Logistics Readiness Squadron/LGRVC, Yokota Air Base, Japan
    Active
    Dept Of Defense
    The Department of Defense, through the 374th Logistics Readiness Squadron at Yokota Air Base, Japan, is seeking qualified suppliers to provide new replacement vehicle parts under Solicitation No. FA520924Q0078. The procurement includes specific parts for various models, including a Time Manufacturing Company Condor CTA-130-S and a New Holland TS115A, with detailed requirements outlined in the attached parts and price list. These components are critical for maintaining operational readiness and equipment standards at military installations. Interested vendors, particularly those classified as small businesses under the SBA set-aside, must submit their offers by September 17, 2024, and can direct inquiries to primary contact Yoshiki Tada at yoshiki.tada.jp@us.af.mil or secondary contact Sonomi Yoshihashi at sonomi.yoshihashi.jp@us.af.mil.