Request for Proposals (RFP) for Large SUV Vehicles
W519TC-25-Q-A005
- This is a combined Synopsis/Solicitation for commercial items prepared in accordance with FAR (Federal Acquisition Regulation) Part 13 in conjunction FAR Part 12, as supplemented with additional information in this notice. This announcement constitutes the only Combined Synopsis/Solicitation requested, and a written solicitation will not be issued. This notice and the incorporated provisions and clauses are those in effect through the FAR. All responsible sources may submit a proposal.
- The North American Industry Classification System (NAICS) code is 423110, “Automobile and Other Motor Vehicle Merchant Wholesalers.”
- Offerors must be registered in the Central Contractor Registration (SAM) at http://www.sam.gov and have an active registration to be considered for award.
- This Combined Synopsis/Solicitation is issued as a Request for Proposals (RFP). The award will be Firm Fixed Price (FFP).
- The United States (U.S) Army Contracting Command – Rock Island (ACC-RI) on behalf of Office of the Program Manager (OPM) – Saudi Arabian National Guard (SANG) is seeking proposals from qualified vendors for the supply of thirty (30) large SUVs with specific technical requirements. The purpose of this RFP is to procure vehicles that meet OPM-SANG’s operational needs while ensuring safety, reliability, and value for money.
- This Request for Proposals (RFP) is issued and intended for award. This RFP is to be construed as a formal solicitation on behalf of the U.S Government to acquire thirty (30) large 4X4 SUVs under a Foreign Military Sales (FMS) case which supports the Saudi Arabia Ministry of National Guard (MNG).
- The Vehicles shall meet the following minimum specifications:
Vehicle Weight: 5300-7000 Pounds.
Engine: 8 Cylinders V8 Engine.
Airbags: At least 7 Airbags.
Traction System: Traction system included.
Camera System: Equipped with reverse camera.
Drive Type: 4X4.
Safety Features: Forward Collison alert, cruise control.
YEAR: 2024/2025
- Delivery of the vehicles shall be to Riyadh, Kingdom of Saudi Arabia
- Offerors must have an office located in KSA. Offerors must submit a copy of your KSA Company Commercial Registration and General Authority for Zakat and Tax Certificate along with your proposal.***
- Offerors must submit proposals in the local currency, Saudi Riyals (SAR), and you shall provide the pricing for the 15% Saudi Arabian Value Added Tax (VAT).***
- All offerors must be able to deliver the vehicles within thirty (30) days after receiving the award. If vehicles are not delivered within 30 days, the United States Government reserves the right terminate the contract for default and/or convenience.
- Offeror will coordinate with ACC-RI and OPM-SANG upon award to provide information to obtain proper registration.
- Any information provided to the Government is strictly voluntary and to be provided at no cost to the Government.
- Questions are due via email to the point of contacts below with RFP #W519TC-25-Q-A005 in the subject line by 1500hrs (3:00pm) SAST 24 MAR 2025.
-
- Contract Specialist: mohamad.a.elmasri.civ@army.mil
- Contracting Officer: linda.a.matos.civ@army.mil
- Proposals are due via email to the points of contacts below with RFP #W519TC-25-Q-A005 in the subject line by 1700 (5:00pm) SAST 6 APR 2025.
-
- Contract Specialist: mohamad.a.elmasri.civ@army.mil
- Contracting Officer: linda.a.matos.civ@army.mil
- The provisions and clauses, which are incorporated herein by reference or full text, apply to this acquisition:
FAR 52.202-1 Definitions
FAR 52.203-3 Gratuities
FAR 52.203-5 Covenant Against Contingent Fees
FAR 52.203-6 Restrictions on Subcontractor Sales To The Government
FAR 52.203-7 Anti-Kickback Procedures
FAR 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or
Improper Activity
52.203-10 Price or Fee Adjustment For Illegal Or Improper Activity MAY 2014
52.203-12 Limitation on Payments To Influence Certain Federal
Transactions
FAR 52.203-13 Contractor Code of Business Ethics and Conduct OCT 2015
FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement
To Inform Employees of Whistleblower Rights
FAR 52.204-9 Personal Identity Verification of Contractor Personnel
FAR 52.204-10 Reporting Executive Compensation and First-Tier
FAR 52.204-7 System for Award Management.
FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract
Awards.
FAR 52.204-19 Incorporation by Reference of Representations and
Certifications.
FAR 52.204-24 Representation Regarding Certain Telecommunications and
Video Surveillance Services or Equipment.
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and
Video Surveillance Services or Equipment.
FAR 52.204-26 Covered Telecommunications Equipment or Services Representation.
FAR 52.209-6 Protecting the Government's Interest When Subcontracting
With Contractors Debarred, Suspended, Or Proposed for Debarment.
FAR 52.209-9 Updates of Publicly Available Information Regarding
Responsibility Matters
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic
Corporations
FAR 52.212-1 Instructions to Offerors - Commercial Items.
FAR 52.212-2 Evaluation- Commercial Items. Specifically (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Note: Proposals will be evaluated for technical acceptability but not ranked. The award will be made to the lowest priced offeror whose proposal is technically acceptable.
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items.
FAR 52.212-4 Contract Terms and Conditions.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes
or Executive Orders-Commercial Items.
FAR 52.216-24 Limitation of Government Liability
FAR 52.222-50 Combating Trafficking in Persons
FAR 52.223-18 Encouraging Contractor Policies to Ban Text messaging While Driving.
FAR 52.222-3 Convict Labor.
FAR 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification.
FAR 52.228-3 WORKERS' COMPENSATION INSURANCE (DEFENSE BASE ACT)
FAR 52.232-1 Payments.
FAR 52.233-2 Service of Protest.
FAR 52.233-4 Applicable Law for Breach of Contract Claim
FAR 52.252-2 Clauses Incorporated by Reference
FAR 52.252-6 Authorized Deviations in Clauses.
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials.
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials.
DFARS 252.204-7006 Billing Instructions.
DFARS 252.204-7008 Export-Controlled Items.
DFARS 252.225-7041 Correspondence in English.
DFARS 252.209-7001 Disclosure of Ownership or Control by a Foreign Government.
DFARS 252.225-7041 Correspondence in English
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
DFARS 252.232-7006 Wide Area Workflow Payment Instructions.