Scotland Vehicle and Driver Hire Services
ID: 19UK5625Q0015Type: Solicitation
Overview

Buyer

STATE, DEPARTMENT OFSTATE, DEPARTMENT OFUS EMBASSY LONDONWASHINGTON, DC, 20520, USA

NAICS

All Other Transit and Ground Passenger Transportation (485999)

PSC

TRANSPORTATION/TRAVEL/RELOCATION- TRAVEL/LODGING/RECRUITMENT: PASSENGER MOTOR CHARTER (V222)
Timeline
    Description

    The U.S. Department of State, through the U.S. Embassy in London, is soliciting proposals for Vehicle and Driver Hire Services in Scotland under solicitation number 19UK5625Q0015. The procurement aims to secure reliable passenger transportation services, offering both vehicles with drivers and vehicles without drivers for official government visits. This initiative is crucial for ensuring efficient transportation for U.S. government personnel while promoting participation from small businesses, including those owned by women and service-disabled veterans. Interested vendors must submit their quotations electronically by March 28, 2025, following a pre-quotation conference on March 3, 2025. For further inquiries, vendors can contact Marielle H. Martin at Procurement_Box7@state.gov or Ahmed A. Ahmed at the same email address.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Embassy in London issued Request for Quotations (RFQ) number 19UK5625Q0015 for Vehicle and Driver Hire Services intended for government use in Scotland. The contract will include passenger transportation services, offering both vehicles with drivers and vehicles without drivers. Interested vendors must submit quotations electronically by March 28, 2025, after attending a pre-quotation conference scheduled for March 3, 2025. Quotations must follow specific format requirements and must include completed forms, price quotes, representations, certification forms, IRS Form W-14, and proof of active SAM registration. The RFQ outlines the daily, half-day, and hourly rate pricing for various vehicle types, which include sedans, vans, SUVs, and trucks. The scope contains guidelines for service requirements, management responsibilities, vehicle specifications, personnel qualifications, and quality assurance monitoring. Cancellation terms and performance standards are established to ensure satisfactory contractor performance and compliance with relevant federal regulations. The agreement is aimed at providing efficient vehicle services to meet the operational needs of U.S. government personnel in Scotland.
    The document is a solicitation for commercial items from the U.S. Embassy in London, specifically for passenger transportation services in Scotland. The solicitation, numbered 19UK5625Q0015, was issued on February 3, 2025, with a due date for offers set for March 28, 2028. The procurement is unrestricted and encourages participation from small businesses, including women-owned and service-disabled veteran-owned entities. The main service required involves providing vehicles with and without drivers for official visits in Scotland. The pricing details are indicated as $0.00, likely placeholder values pending actual bids. The procurement functionality encompasses both the solicitation and the administrative process, detailing the necessary contractual information and compliance requirements according to federal acquisition regulations. The purpose of this document aligns with the government's initiative to secure reliable transportation services while promoting small business engagement, reflecting a commitment to inclusive procurement practices and efficient service delivery for official purposes abroad.
    The United States Embassy in London issued RFQ 19UK5625Q0015, seeking quotations for vehicle and driver hire services in Scotland. The contract will be awarded to the lowest priced acceptable offer, with an emphasis on initial quotations rather than discussions. A pre-quotation conference is scheduled for February 25, 2025, requiring prior confirmation of attendance. Quotations must be submitted electronically by March 28, 2025, in specified formats and sizes, with essential documentation including SF-1449, pricing information, representations and certifications, and proof of active SAM registration. The contract scope includes providing passenger transportation services, with options for vehicles with or without drivers. The pricing structure features daily, half-day, and hourly rates, exclusive of VAT, which will be separately charged. The contract spans one base year with an optional year, with minimum and maximum order values stated. Additionally, the contractor must supply qualified drivers, maintain vehicle standards, and ensure prompt service delivery. Critical quality assurance practices are outlined, with performance thresholds tied to customer satisfaction. Overall, the RFQ aims to establish a reliable and efficient transportation service for official government use.
    The document outlines a vehicle transit log used for recording transport details related to government activities. Key elements include sections for the identification of the vehicle (such as ID, plate number, make, and model), the date and time of transport, and the number of passengers (PAX). It requires passenger signatures to confirm their involvement in the transport. Capturing the driver’s information is essential, detailing their first and last names. The structured log employs a 24-hour time format, emphasizing the organized approach to tracking transportation in compliance with regulations for federal and local RFPs or grants. This document serves as an essential component for ensuring accountability and transparency in governmental travel activities.
    The document outlines the application process for contractor certification, emphasizing the importance of providing complete and accurate information. Applicants are required to fill out detailed personal information, including names, nationality, employment history, and history of legal issues. Key points of the application include verification of legal eligibility to work in the UK and disclosure of any past criminal accusations or affiliations with groups engaged in unlawful activities. Additionally, the applicants must authorize the release of personal information to allow for thorough background checks. The form includes a declaration, emphasizing that any false statements can lead to disqualification. The overall purpose of this application is to ensure that all contractors undergoing a security certification process meet the necessary governmental standards and safeguards. This level of scrutiny is typical in federal contracts and grants, reflecting the government's responsibility to maintain security and integrity in contractor engagements.
    The document outlines the mandatory process for foreign businesses to register in the System for Award Management (SAM) to engage with the U.S. Government for contracts exceeding $30,000. Key requirements include obtaining a DUNS number and an NCAGE code before registration. The registration process necessitates exact matching of the company’s legal name and physical address across different systems to avoid errors. Steps to register involve obtaining the DUNS number from Dun & Bradstreet, acquiring the NCAGE code through the appropriate national bureau, waiting for processing, and completing the SAM profile. A letter confirming the appointment of an Entity Administrator is also required for registration activation. This letter must include specific details about the company and the authorized administrator. The document emphasizes the absence of registration fees and cautions against third-party services, reminding entities to retain their direct registration rights. Overall, it serves as a procedural guide for foreign entities to ensure compliance when seeking federal grants and contracts through formal bids and proposals.
    The document outlines a certification requirement for contractors working with the U.S. Department of State regarding compliance with federal anti-discrimination laws. Contractors must confirm that they do not run any Diversity, Equity, and Inclusion (DEI) programs that conflict with these laws. The certification process is integral to the government’s payment decision and is subject to the False Claims Act. Contractors are instructed to read the certification, check applicable boxes, and provide their name, title, and signature to validate their compliance. This requirement emphasizes the government's commitment to ensuring that contractors align with legal standards related to anti-discrimination, particularly in light of federal initiatives on equity and inclusion. The document serves as a crucial compliance measure within the context of federal contracts and grants, reaffirming the significance of adhering to established legal frameworks in governmental dealings.
    Lifecycle
    Title
    Type
    Similar Opportunities
    SUV for U.S. Consulate, Dubai
    Buyer not available
    The U.S. Department of State is soliciting quotations for the supply and delivery of a 7-8 seater passenger SUV for the American Consulate in Dubai. Interested vendors must submit their proposals by March 17, 2025, ensuring compliance with strict requirements, including the submission of the SF-1449 form, pricing details, and proof of registration in the System for Award Management (SAM). This procurement is vital for the operational needs of the consulate, emphasizing the importance of adhering to U.S. Government regulations and standards in vehicle specifications and delivery timelines. For further inquiries, interested parties can contact Bradley Meacham at MeachamBW@state.gov or Teresa Danao at DubaiGSOProcurement@state.gov, both reachable at +97143094000.
    Fleet Management Services - U.S Embassy Pretoria, South Africa
    Buyer not available
    The U.S. Department of State is preparing to solicit bids for Fleet Management Services to support the U.S. Embassy in Pretoria, South Africa, under solicitation number 19SF7525Q0013. This procurement aims to ensure reliable fleet management across various U.S. Mission locations, including embassies and consulates, and will operate as a firm fixed-price contract with a base year and four optional renewal years. Interested vendors must register in the System for Award Management (SAM) and submit their proposals electronically by April 10, 2025, with a pre-quotation conference to be scheduled. For inquiries, vendors can contact William S. Bostwick at bostwickws@state.gov or +27794990907.
    Supply Truck Puller (tractor-trailer) with cabin/chassis, Right Hand Drive (RHD), EURO/BS–VI
    Buyer not available
    The U.S. Department of State is soliciting proposals for the procurement of a supply truck puller (tractor-trailer) with a right-hand drive configuration, compliant with EURO/BS-VI emission standards, to be delivered to the U.S. Embassy in New Delhi, India. The contract is a firm-fixed price agreement that encompasses all costs related to labor, materials, and transportation, with specific requirements including a gross vehicle weight of 18,000 to 18,500 Kg. This procurement is significant as it aims to engage women-owned small businesses (WOSB) and other designated small businesses, promoting inclusivity and economic growth within the federal procurement landscape. Interested vendors must submit their proposals by March 21, 2025, and are encouraged to contact Ashok Chellaramani at chellaramania@state.gov or Chaitanya Sharma at sharmac@state.gov for further inquiries.
    RFQ for local SUV purchase with option to trade in current vehicle
    Buyer not available
    The U.S. Embassy in Tallinn, under the Department of State, is seeking quotations for the purchase of a mid-size, four-wheel drive SUV, with an option to trade in a current vehicle, specifically a 2019 Toyota Land Cruiser. The procurement aims to secure a vehicle that meets specific specifications suitable for the Nordic climate, including hybrid capabilities and comfort features, while ensuring quality assurance and service support in Estonia. This opportunity underscores the importance of reliable transportation for embassy operations, with the successful bid being selected based on the lowest price that meets the outlined requirements. Interested vendors must submit their quotations by April 22, 2025, and are required to register in the System for Award Management (SAM) and complete the necessary documentation, including the Standard Form 1449. For further inquiries, interested parties can contact Mrs. Hind Tazi at TaziH@state.gov or Katrin Lipstal at Lipstalk@state.gov.
    Marquees
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in London, is seeking qualified contractors to provide marquees under a federal contract solicitation. The procurement aims to secure rental and leasing services for commercial and industrial machinery and equipment, specifically focusing on the provision of marquees for various events and functions. This opportunity is significant as it supports the embassy's operational needs in the United Kingdom, ensuring that events are conducted smoothly and effectively. Interested contractors should contact the London Contracting Officer at ProcurementBox3@state.gov for further details and to ensure compliance with federal anti-discrimination laws and registration requirements on SAM.gov, as outlined in the associated documentation.
    Call Center Services for After-Hours Support
    Buyer not available
    The U.S. Department of State is soliciting proposals for after-hours call center services to support the U.S. Embassy in London and its constituent posts in the United Kingdom. The objective is to manage approximately 1,300 monthly after-hours calls, providing a fully staffed call center for emergency screenings and escalations to the Duty Officer, under a firm-fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract. This service is critical for maintaining reliable communication during emergencies, ensuring effective call screening, accurate record-keeping, and prompt escalation of incidents such as terrorist threats and natural disasters. Interested companies must submit their proposals in PDF format by March 24, 2025, and direct inquiries to Patticha Gruenbeck at GruenbeckP@state.gov or Kenneth G. Mamba at MambaKG@state.gov by March 6, 2025.
    Maintenance of Chancery Pond
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in London, is soliciting quotations for the maintenance and algae control of the Chancery Pond, as outlined in RFQ number 19UK5625Q0020. The contract aims to ensure the pond's upkeep, focusing on sustainable algae management and water quality monitoring, with contractors required to conduct six treatment sessions annually and provide detailed reports. This procurement is vital for maintaining the embassy's environmental standards and enhancing the aesthetic appeal of its grounds. Proposals are due by March 10, 2025, with a pre-quotation conference scheduled for March 3, 2025; interested parties should contact the London Contracting Officer at ProcurementBox5@state.gov for further information.
    SUV Vehicle
    Buyer not available
    The U.S. Embassy in Georgetown, Guyana, is preparing to solicit bids for the procurement of two SUV vehicles under the proposed solicitation number 19GY2025Q0001. This pre-solicitation announcement indicates that the embassy requires these vehicles to support its operational needs, emphasizing the importance of precise and competitive bids from interested vendors. The procurement falls under the NAICS code 336110, which pertains to automobile and light-duty motor vehicle manufacturing, and the contract is expected to last for six months. Interested vendors must register in the System for Award Management (SAM) prior to submission, and electronic offers are encouraged. For further inquiries, vendors can contact Joseph R. Bengoechea at GeorgetownGSOProcurementDL@state.gov or by phone at 592-225-4900.
    Catering Services
    Buyer not available
    The U.S. Department of State is seeking qualified contractors to provide catering services for the U.S. Embassy in London, United Kingdom. The procurement aims to fulfill the food service needs of the embassy, which includes preparing and serving meals for various events and functions. Catering services are essential for maintaining diplomatic relations and hosting official gatherings, thereby supporting the embassy's operational objectives. Interested parties should contact the London Contracting Officer at ProcurementBox3@state.gov for further details on the solicitation process and requirements.
    Staging & Site Management
    Buyer not available
    The U.S. Department of State, through the U.S. Embassy in London, is seeking qualified contractors for a federal contract titled "Staging & Site Management." This solicitation aims to procure services related to the rental and leasing of commercial and industrial machinery and equipment, specifically focusing on staging and site management operations in London, United Kingdom. The successful contractor will play a crucial role in ensuring the effective management and operation of staging activities, which are vital for various embassy functions and events. Interested parties should contact the London Contracting Officer at ProcurementBox3@state.gov for further details and to ensure compliance with registration requirements, including obtaining a Unique NCAGE Code and adhering to federal anti-discrimination laws as outlined in the associated documentation.