Ambulatory All Terrain Vehicles
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Navy, Marine Forces Reserves South in New Orleans, LA, is soliciting proposals for two (2) Ambulatory All Terrain Vehicles (ATVs). These electric utility vehicles are required to provide ambulatory capabilities for potential medical emergencies during on-site training operations. This opportunity is a Total Small Business Set-Aside.
Scope of Work
The requirement is for two full electric Utility Vehicles, designated as PRDS - HQBN Ambulatory All Terrain Vehicles. Key specifications include:
- Power: Electric motor (2.5-5 hp rated, peak 15-25 hp, max torque 60-95 ft-lbs rated @ 1450 rpm). Manufacturer documentation showing equivalent performance will be accepted.
- Features: Gear selection, batteries, charger, headlights, heavy-duty suspension, foot-operated multi-lock parking brake, and DOT road-legal components (standard off-road/fleet lighting systems are not acceptable).
- Seating: Usable seating capacity of approximately 2-3 seats, with a minimum of 3 seats being acceptable. The vehicle must accommodate a cargo bed or fold-down rear seat for 6 passengers.
- Capacity: At least 1500 lbs total vehicle capacity, 1500 lbs towing capacity, and a combination rated capacity of 1500 lbs.
- Performance: Ability to achieve 5-17 mph (can exceed 17 mph, no governor required).
- Ground Clearance: At least 5.6 inches.
- Safety/Visibility: Canopy, tail lights, brake lights, turn signals, and horn.
- Special Inclusion: An EMS bed is required, including the upfitter deck/platform and mounting/retention system for a stokes basket or longboard. The government will supply its own stokes basket/longboard. Straps and tie-down points rated for a minimum of 500 lbs are required. A utility box with minimum dimensions of 30"x18"x18" is also required.
- Identification: DFARS 252.211-7003, Item Identification and Valuation, is applicable.
Contract Details
- Contract Type: Firm Fixed Price Solicitation.
- Set-Aside: Total Small Business (FAR 19.5).
- NAICS Code: 336999 (Other Motor Vehicle Manufacturing) with a size standard of 1000 employees.
- Place of Performance: New Orleans, LA.
- Inspection and Acceptance: Distribution Management Office, 2000 Opelousas Ave, New Orleans, LA 70114-1500.
- Payment: Via Wide Area WorkFlow (WAWF).
- Delivery: Requested by March 31, 2026.
Submission & Evaluation
- Questions Due: Wednesday, January 28, 2026, by 12:00 PM CST. Submit to Sergeant Jordyn Edwards at jordyn.edwards@usmc.mil.
- Quotes Due: Friday, January 30, 2026, by 12:00 PM CST.
- Evaluation Factors: Technical capability, price, and past performance will be used for evaluation.
Important Notes
This solicitation incorporates FAR clauses 52.212-1, 52.212-3, and 52.212-4 by reference, along with applicable DFARS clauses. The most recent clarifications confirm specific requirements for seating, EMS bed components, utility box, and the need for DOT road-legal components.