Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 11 PM
Solicitation
Location Unknown

19GV1025Q0021 Public Notice and Request for Quotation-Purchase of large Box Truck- with Electric lift System

Details

Solicitation ID 19GV1025Q0021
Posted Date 01 Jul 2025 at 11 PM
Response Date 16 Jul 2025 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Us Embassy Conakry
Agency Department Of State
Location Guinea

Possible Bidders

National Industries For The Blind

Wayne Earth city Alexandria

Officemax Incorporated

Nashville Charlotte Williston Chesapeake Edwardsville Phoenix Garden grove Naperville Selma Houston Louisville Boise Alexandria Cleveland Hampton Itasca Boca raton Columbus Billerica Menlo park Saint louis Salt lake city Waipahu Warren Orlando Elkridge Carolina Brentwood Maple grove Aurora Pittsburgh Bristol Kent Portland Smyrna Carlstadt Garland

Sign up to access Documents

Signup now

PUBLIC NOTICE

(SOLICITATION NO: 19GV1025Q0021)

CLASSIFICATION CODE:            2320 – TRUCKS AND TRUCK TRACTORS, WHEELED

NAICS CODE:                                   441110 – AUTOMOBILE DEALERS

The United States Embassy in Conakry, Guinea intends to purchase a LARGE BOX TRUCK IVECO with electric lift manufactured in 2024 or 2025. We invite automobile dealerships and responsible vendors from the general public to send us their quote on, or before, July 15, 2025, at 10:00 PM. To be considered, offers must strictly adhere to the following specifications:

SPECIFICATIONS FOR  LARGE BOX TRUCK IVECO with electric lift

Purpose: Purchasing of a brand new 2024 or 2025 LARGE BOX TRUCK  with electric lift customized for the transportation and distribution of fuel and capable of meeting the needs of the United States Embassy in Conakry.

Preferred Manufacturers: Toyota or IVECO. A 4x4 drive system is preferred for enhanced off-road performance.

General Information
Terrain Compatibility: Capable of operating on unpaved mountain roads and suitable for various construction projects. 
Environmental Adaptability: Functions effectively across climates ranging from humid tropics to arid deserts, withstanding temperatures between 0°C and 50°C, and altitudes up to 4,000 meters above sea level. 
Engine Standards: Compliant with local emission standards.

Transmission: Automatic

Color: White

Vehicle Specifications
Tires: Equipped with radial steel tires, including one full sized spare tire.
Brake System: Full air brake system for enhanced safety. 
Suspension: Leaf spring suspension on both front and rear axles. 
Steering: Left-hand drive configuration to conform with local laws and highway conditions.

Toolbox: Includes a toolbox for essential maintenance tools. 
Safety Features: Double fire extinguishers and electrostatic conducting tape for operational safety. 

The photos of the offered truck should be included in the RFQ, along with clear technical details of the lifting system.

The truck must have two cabins with a total of 5 seats.

The truck must be 5 or  5.5 tons

Lift Type
Tail Lift (Tailgate):  equipped with tail lifts for easy loading and unloading of cargo.
Material: very Resistant. 

lifting mechanism:

  • High lifting capacity (recommended: 2,500 to 3,000 kg)
  • Hydraulic-electric lift, powered by the truck’s battery system as originally designed
  • Wired and wireless remote control
  • Includes overload protection, emergency stop, and automatic shutoff when not in use

APPLICABLE CLAUSES AND PROVISIONS

Please note that this is a combined synopsis/solicitation for a commercial item, prepared in accordance with the format FAR 12.6, as supplemented with additional information included in this notice.

This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. The solicitation number is 19GV1025Q0021 and is issued as a Request for Quotation. The solicitation/contract includes all applicable provisions and clauses in effect through

FAC 2005-55.

Contract Clauses in addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Award will be made to the lowest priced, technically acceptable offeror. FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179527 – include in full text), will apply to the resultant contract: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity.

The following DOSAR provisions/clauses will also apply: 652.206-70, Competition Advocacy/Ombudsman; 652.214-71, Authorization to Perform; 652.225-70, Arab League Boycott of Israel; 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended; 652.242-70, Contracting Officer’s Representative; and, 652.243-70, Notices. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. Offers are due by July 15, 2025 at 18:00 a.m. All responsible sources may submit an offer that shall be considered.

All contractors have to be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals.

The guidelines for registration in SAM are also available at: https://www.statebuy.state.gov/pd/Pages/AdditionalVendorReg.aspx

Furthermore, with the recent FAR update, it is now a mandatory requirement for the Government to enquire if contractors are using or will be using, in government contracting, covered telecommunications equipment produced by Huawei, ZTE, Hikvision, Dahua, and Hytera, or their subsidiaries or affiliates. Consequently, vendors are required to update their SAM registration with that information. Potential offerors are advised to take special attention to clauses FAR 52.204-24, FAR 52.204-25 and FAR 52.204-26 while completing their registration in SAM.

PREFERRED METHOD OF CONTACT

Offers must be submitted via electronic mail to the Contracting Officer at [email protected] and citing the solicitation number 19GV1025Q0021 in the subject line of the email. For questions regarding the specifications provided above or other technical details, please contact Tinkiano Gaston Faya at [email protected].

You will need to check this website periodically for updates. We thank you for your interest.

OFFER DUE DATE

Offers are due on or before July 15, 2025, at 22:00 GMT.

Similar Opportunities

New delhi Delhi 07 Jul 2025 at 9 PM
Bowling green Virginia 08 Jul 2025 at 4 PM
Okinawa Okinawa prefecture 16 Jul 2025 at 3 PM
Location Unknown 11 Jul 2025 at 5 PM
Washington District of columbia 25 Jul 2025 at 4 AM (estimated)

Similar Awards

Continental Ohio 18 May 2009 at 7 PM
Nebraska Not Specified
Location Unknown Not Specified
Lincoln Nebraska Not Specified
Lincoln Nebraska Not Specified