N4019225R9003 Vehicle Lease for Various Department of Defense/Federal Activities, Guam
ID: N4019225R9003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM MARIANASFPO, AP, 96540-2937, USA

NAICS

Passenger Car Leasing (532112)

PSC

LEASE OR RENTAL OF EQUIPMENT- GROUND EFFECT VEHICLES, MOTOR VEHICLES, TRAILERS, AND CYCLES (W023)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The Department of Defense, through the NAVFAC Marianas, is soliciting proposals for a vehicle lease contract (N4019225R9003) to support various federal activities in Guam. This procurement is specifically set aside for Women-Owned Small Businesses (WOSB) and involves providing commercial vehicle leasing services, including SUVs, sedans, vans, and pickup trucks, for a period not exceeding 36 months. The contractor will be responsible for all aspects of vehicle delivery, maintenance, and compliance with federal safety and environmental regulations, ensuring readiness for military and government operations. Proposals are due by May 30, 2025, at 1:00 PM Chamorro Standard Time, and interested parties can contact Alice Ofeciar at alice.g.ofeciar.civ@us.navy.mil or Daniel Calvo at daniel.calvo.civ@us.navy.mil for further information.

    Files
    Title
    Posted
    The document outlines the requirements and responsibilities for a contractor providing Vehicle Lease services to the Department of Defense (DOD) at Naval Base Guam. Key elements include the provision of labor, management, supervision, tools, and materials necessary to meet the outlined services, structured under a Performance Work Statement (PWS) with 18 annexes detailing specific aspects of the contract. Notably, the Navy employs a performance-based service acquisition (PBSA) approach, focusing on measurable outcomes and performance assessment. The contractor is required to ensure compliance with safety standards, environmental regulations, and security requirements, including obtaining necessary permits and maintaining a workplace safety program. Additionally, employees must be qualified, with specific requirements for training and identification. Management and oversight are emphasized, with defined roles for key personnel, scheduled inspections, and quality management processes ensuring adherence to standards. The contractor is responsible for effectively managing resources, addressing non-recurring and recurring work, and maintaining communication regarding work progress with the government. This document serves as a formal request for proposals (RFP) detailing expectations and standards for executing contract obligations, reflecting the rigorous approach of the government in ensuring quality and safety within federal contracting processes.
    The N40192-25-R-9003 Vehicle Lease Past Performance Questionnaire (PPQ) serves as a structured evaluation tool for assessing contractors' performance on federal contracts. It outlines various performance criteria, categorized into sections such as Quality, Schedule/Timeliness, Customer Satisfaction, Management and Personnel, Cost/Financial Management, Safety/Security, and General considerations. Each section asks evaluators to assign a rating from Exceptional (E) to Unsatisfactory (U) based on specific performance indicators. Evaluators analyze aspects such as quality of deliverables, adherence to schedules, management effectiveness, financial compliance, and safety adherence, providing a comprehensive overview of contractor performance to inform future government contract decisions. The PPQ aims to facilitate transparent assessments and promote accountability, ensuring that contractors meet essential government requirements effectively while offering insights into their capabilities for prospective federal and state projects. Overall, it emphasizes the importance of systematic evaluation in awarding contracts and managing government-funded services efficiently.
    The document outlines a Request for Information (RFI) related to a Vehicle Lease for various Department of Defense (DOD) activities in Guam, specifically under solicitation number N4019225R9003. Contractors are required to complete specified columns in the RFI format which includes submission dates, reference topics, and government responses regarding project specifications. Key elements include the project description, identification of incidental related work, and responses to questions from offerors. The RFI serves as a means for potential contractors to seek clarification on project requirements, while the government's responses will assist in refining the terms outlined in the original Request for Proposal (RFP). This communication aims to facilitate understanding and compliance among contractors interested in fulfilling the lease requirements for DOD activities, ensuring that the project is executed effectively and according to strategic needs. Overall, the document emphasizes the importance of communication between the government and contractors to address inquiries and enhance project execution in Guam.
    The document N40192-20-R-XXXX outlines a Request for Proposal (RFP) for the leasing of vehicles for various Department of Defense (DoD)/Federal activities in Guam, with a focus on providing new American-made vehicles for a period not exceeding 36 months. The contractor is responsible for all aspects of vehicle delivery, including labor, supervision, and maintenance, and will fulfill requirements as specified by task orders. Key requirements include compliance with Federal Motor Vehicle Standards, Environmental Protection Agency (EPA) regulations, and safety standards. Specific vehicle types include SUVs, mid-size sedans, pickup trucks, and vans, all equipped with modern features such as power locks, windows, and emission control systems. The contractor must also provide warranties and maintenance services, ensuring ready availability of replacement vehicles during repairs. The document emphasizes precise definitions, management responsibilities, and acceptance criteria for the leased vehicles, ensuring that they are suitable for government use while adhering to federal safety and environmental regulations.
    The document details Amendment 0003 to the RFP N4019225R9003, which modifies the solicitation for a vehicle lease contract. Key changes include an updated Performance Work Statement (PWS) Annex effective from April 22, 2025, detailing specific vehicle requirements, including a Stake Bed Truck with various operational features. Additionally, the amendment extends the deadline for proposal submissions from April 30, 2025, to May 30, 2025, at 1:00 p.m. Chamorro Standard Time. Interested parties must submit inquiries regarding the RFP by May 12, 2025, using the specified Request for Information (RFI) Tracker. Proposals must be submitted electronically through the PIEE Solicitation Module; neither paper proposals nor those sent via email or facsimile will be accepted. All prior terms and conditions outlined in the RFP remain unchanged. This amendment ensures clear communication and adherence to submission guidelines, demonstrating the government's commitment to a structured procurement process.
    The document outlines Amendment 0001 to solicitation N4019225R9003 regarding vehicle leasing for various Department of Defense (DOD) and federal activities in Guam. Key changes include a revised title, emphasizing a focus on various DOD/Federal activities rather than specific bases. The amendment stipulates that only offers from SBA Certified Woman-Owned Small Business (WOSB) concerns or those with pending applications will be reviewed for the contract. The contract line item number (CLIN) for the vehicle lease’s base period has been adjusted from October 1, 2025, to March 31, 2026, to a new period starting September 15, 2025. Furthermore, the document includes an issued Request for Information (RFI) related to the WOSB set-aside, specifying that proposals from non-WOSB vendors would not be reviewed. Overall, all other terms and conditions of the solicitation remain unchanged. This amendment reflects the government's emphasis on supporting woman-owned businesses while clarifying the timeline and requirements for potential contractors for vehicle leasing in Guam.
    The document is an amendment to a federal solicitation, specifically Request for Information (RFI) Notice-02, regarding vehicle leasing under contract N4019225R9003. Issued by the Commanding Officer of NAVFAC Marianas, the amendment serves to clarify inquiries submitted by potential contractors and outline new stipulations regarding vehicle requirements. Key clarifications include the government's assessment of proposals from non-Women-Owned Small Businesses (WOSBs) and adjustments to the total number of vehicles required annually, which may vary from previous contracts. The amendment emphasizes the acceptance of alternative vehicle specifications due to local market limitations in Guam, while maintaining operational needs. The document underscores the importance of submitting proposals that conform to specified requirements while also permitting deviations if they demonstrate potential advantages to the government. All other terms and conditions of the Request for Proposal (RFP) remain unchanged. This amendment enhances transparency and engagement with contractors in the procurement process.
    The document outlines an amendment to a solicitation for vehicle leasing services for Department of Defense (DoD) and Federal activities in Guam. The primary focus of the amendment, designated as Amendment 0004, is to revise the description of work to clarify that the lease requirements support clients authorized by NAVFAC Marianas and Marine Corps Base Camp Blaz. Key modifications include updates to the contract line item numbers (CLINs), the inclusion of additional equipment, and changes to submission requirements due to the competitive Women-Owned Small Business (WOSB) set-aside emphasis. Proposals must be submitted electronically via the specified platform, with deadlines outlined for deliverables. The amendment details the delivery of leased vehicles, emphasizing the provision of labor, supervision, and management, while maintaining unlimited mileage compliance. The solicitation also stipulates that only responses from certified WOSB firms will be considered for award, reinforcing the government's commitment to supporting small businesses. Overall, this document ensures clarity in contractual obligations while adhering to federal procurement standards.
    The document is a Request for Information (RFI) notice related to a Request for Proposals (RFP) concerning vehicle leases for government activities, particularly in Guam. It details six inquiries received from potential contractors regarding specific RFP items, along with the government's responses. Key topics include the eligibility of non-Women Owned Small Businesses (WOSB) to submit proposals, clarification on the number of vehicles required, engine specifications for vehicles, and the base period for the contract. Responses confirm that offers from non-WOSBs will not be considered for award, a change in the required vehicle quantity, and clarifications on engine options due to local availability. The document emphasizes that alternative proposals may be considered, and it reiterates the unchanging base contract period despite an extension for proposal submissions. This RFI notice highlights the government’s engagement with suppliers to refine requirements for vehicle leasing while ensuring compliance with procurement standards and local market constraints.
    The document outlines a government Request for Proposal (RFP) for a Commercial Vehicle Lease under Contract No. N40192-25-R-XXXX. It consists of multiple Contract Line Item Numbers (CLINs) detailing vehicle lease options over a span of five periods, with the base period scheduled from October 1, 2025, to March 31, 2026, followed by four option periods running through March 2031. Each CLIN specifies various types of vehicles to be leased, including SUVs, sedans, vans, pickup trucks, and stake bed trucks, with estimated quantities and service durations outlined for each period. The document emphasizes adherence to specifications for vehicle features such as engine type, transmission, and included systems, indicating a focus on utility and performance. The pricing structure is based on the sum of subline items for each period, though actual dollar amounts are not provided in the summary. The option to extend services is included for an additional period from April 1, 2031, through September 30, 2031. Overall, this RFP reflects the government's ongoing need for transportation solutions while providing potential vendors with clear guidelines for proposal submissions.
    The document pertains to Contract No. N40192-25-R-9003, which outlines an Indefinite Delivery Indefinite Quantity (IDIQ) Vehicle Lease Agreement for various periods from 2025 to 2031. It encompasses multiple contract line items (CLINs) covering a range of vehicles including Sport Utility Vehicles (SUVs), mid-size sedans, minivans, and pickup trucks, with designated quantities and specifications for each category across multiple option periods. The contract specifies a base period with an estimated quantity of vehicles needed for a six-month duration, followed by several one-year option periods, each projecting increased vehicle quantity needs based on operational requirements. Each CLIN details unit prices and total amounts, though specific price estimates are left blank. The document's structure includes distinct sections for each contract line item, alongside exhibits that provide further specifications for vehicle types and features. The primary purpose is to solicit bids and ensure the federal government can efficiently lease a diverse fleet of vehicles over an extended timeline, adapting to operational needs while adhering to government standards. The need for these vehicles is driven by federal operations, supporting its logistical objectives throughout various regions.
    The document outlines a Request for Proposal (RFP) for a Vehicle Lease Services contract issued by the NAVFAC Marianas in Guam, designated as N4019225R9003. The acquisition aims to provide commercial vehicle leasing services for various Department of Defense and federal activities, with proposals due by 1:00 PM on April 30, 2025. This competitive solicitation is set aside for Woman-Owned Small Businesses (WOSB), under the NAICS code 532112, related to Passenger Car Leasing. The contract structure includes a Base Period and five one-year option periods for the lease services, all of which require adherence to a Performance Work Statement (PWS). Offerors must submit proposals electronically via the PIEE Solicitation Module and are restricted from using paper or email submissions. Key evaluation factors include price and past performance, with an emphasis on recent and relevant contracts. The RFP also contains specific requirements for documenting offers, including detailed pricing, representations, and certifications, accompanied by past performance questionnaires. The overall goal is to select a contractor capable of providing necessary vehicle leasing while ensuring compliance with federal regulations and delivering quality service to military and government operations in Guam.
    Similar Opportunities
    Vehicle Rental -PALMETTO REACH Saipan/Palau (Amendment 1)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for vehicle rental services under the RFQ number FA441826Q00041, specifically for the Palmetto Reach initiative in Saipan and Palau. The procurement requires the contractor to provide a total of 56 vehicles, including five-passenger and seven-passenger vehicles, as well as a heavy-duty pickup truck, to support the 437th Airlift Wing's mission, with stringent specifications regarding vehicle condition and maintenance. This opportunity is a 100% Small Business Set-Aside, with proposals due by 12:00 PM EST on December 16, 2025, and all inquiries should be directed to SrA Levi Mowrey at levi.mowrey@us.af.mil or by phone at 843-963-5857. The contract will be awarded based on the lowest-priced, technically acceptable offer, contingent upon the availability of funds.
    DRAFT SOLICITATION HQC00226QE001
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals from Women-Owned Small Businesses (WOSB) for a draft solicitation (HQC00226QE001) to provide Dry, Chill, and Frozen Storage and Transportation Services in Guam. The contract will cover a base year and three option years, with an estimated annual quantity of 1,392 to 2,880 containers, requiring vendors to demonstrate technical capability, staffing plans, and relevant past experience in food storage and transportation. This opportunity is critical for ensuring the efficient supply chain management and distribution of food products to military commissaries, emphasizing compliance with federal and DoD regulations, food safety, and operational continuity. Interested parties must prepare for a virtual oral presentation scheduled between January 16-21, 2026, and can direct inquiries to Mark Gunn at mark.gunn@deca.mil or by phone at 804-734-8000 x 48934.
    Non-Tactical Vehicles (NTVs) Preventative Maintenance and Repair Service for U.S. Marine Corps Forces Korea (MARFORK)
    Dept Of Defense
    The Department of Defense is soliciting proposals from Women-Owned Small Businesses (WOSB) to provide preventative maintenance and repair services for Non-Tactical Vehicles (NTVs) at U.S. Marine Corps Forces Korea (MARFORK) facilities, specifically at Camp Humphreys and Camp Mujuk. The contract encompasses a range of services including monthly, semi-annual, and annual inspections, tire services, repair services, pick-up and delivery, and emergency towing, with a performance period extending from March 2026 to December 2030, including multiple option years. This contract is crucial for maintaining the operational readiness of military vehicles in the region, ensuring compliance with Korean Motor Manufacturer manuals and safety standards. Interested contractors must submit their proposals via the PIEE Solicitation Module by December 2, 2025, and can direct inquiries to Addison Park at addison.e.park.civ@army.mil or by phone at 315-755-0009.
    15 passenger vans.
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals from qualified contractors for the rental of 15-passenger vans to support military operations at Fort Irwin, California. The contract requires the provision of operational vehicles from April 9 to May 25, 2025, with specific safety features and maintenance obligations outlined in the Statement of Work. These vans will be utilized primarily for transporting soldiers between various locations during military training rotations, emphasizing the importance of reliability and compliance with military safety standards. Interested contractors, particularly those classified as small businesses, must submit their quotes by March 24, 2025, and can direct inquiries to SSG Devin Fuller at devin.fuller2.mil@army.mil or Major Alan Lambert at alan.r.lambert4.mil@army.mil for further details.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Armored Non-tactical Vehicle Lease Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVFACSYSCOM Europe Africa Central, is seeking to procure armored non-tactical vehicle lease services, focusing on the lease and maintenance of four commercial light armored SUVs. This procurement is essential for ensuring the availability of secure and reliable transportation for personnel in Somalia, highlighting the importance of such vehicles in operational environments. Interested vendors can reach out to Paul Martha at paul.m.martha.civ@us.navy.mil for further details regarding this opportunity, which is categorized under the PSC code W023 for the lease or rental of ground effect vehicles and motor vehicles.
    Recruiting Station-Army Career Center - Dededo, Guam
    Dept Of Defense
    The Department of Defense, through the U.S. Army Corps of Engineers (USACE), is soliciting lease proposals for approximately 1,000 to 1,200 gross rentable square feet of commercial retail storefront space in Dededo, Guam, for Armed Forces Recruiting purposes. The lease will be for a term of five years, requiring the lessor to provide essential services such as utilities, janitorial services, and adequate parking for government vehicles. This procurement is vital for establishing a functional recruiting center that meets specific accessibility, safety, and operational standards as outlined in the Request for Lease Proposals (RLP). Interested parties must submit their proposals electronically by December 31, 2025, to Amy L. Capwell at amy.capwell@usace.army.mil, and ensure compliance with all outlined requirements, including registration in the System for Award Management (SAM).
    NON-TACTICAL VEHICLE RENTALS
    Dept Of Defense
    The Department of Defense, through the II Marine Expeditionary Force (MEF) Expeditionary Contracting Platoon, is seeking quotes for Non-Tactical Vehicle (NTV) rental services to establish multiple Blanket Purchase Agreements (BPAs) for an ordering period from January 1, 2026, to December 31, 2027. The procurement requires contractors to provide a variety of vehicles, including sedans, SUVs, vans, and trucks, with comprehensive maintenance and full coverage insurance compliant with host nation laws, primarily for use by U.S. Service Members in European training areas. This opportunity is significant as it supports operational readiness in the EUCOM Area of Responsibility, with an estimated maximum overall value of $4 million and individual call orders not exceeding $350,000. Interested vendors must submit their pricing and capabilities statements to the designated contacts by the specified deadline, with further details available in the solicitation documents.
    Guatemala - Vehicle Rental Service
    State, Department Of
    The U.S. Department of State, through the U.S. Embassy in Guatemala, is seeking quotations for a vehicle rental service to provide three vehicles for a twelve-month period. The procurement requires one pick-up truck, one SUV, and one sedan, all model years 2022-2025, to be utilized for personnel and equipment transportation in and around Guatemala City. This service is crucial for the Embassy's operational needs, ensuring reliable transportation for its staff. Quotations are due by September 7, 2025, at 17:00 hours, and must be submitted to GuatemalaBids@state.gov, with vendors required to be registered in SAM to be eligible for consideration.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for Navy Marine Corps Intranet (NMCI)
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and associated services for the Navy Marine Corps Intranet (NMCI). The procurement aims to provide MFDs, accessories, and office document devices, along with installation, maintenance, training, and network security services for a period of up to 60 months at a flat rate. These devices are crucial for ensuring operational efficiency and compliance with security standards within the Department of the Navy's network. Interested companies must submit a capabilities package by December 22, 2025, and direct any questions by November 14, 2025, to the designated contacts, Matthew O’Brien and Jennifer DeWease, via their provided emails.