Guatemala - SUV Vehicle
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 U.S. Embassy in Guatemala is soliciting proposals for the procurement of one (1) Sport Utility Vehicle (SUV), model year 2025 or newer, similar to a Chevrolet Traverse. This is a firm-fixed-price purchase order requirement for the Embassy in Guatemala. Proposals are due by April 30, 2026.
Scope of Work
The requirement is for one new SUV with specific minimum features including: 7-passenger capacity, 4-5 doors, All-Wheel Drive (AWD), automatic transmission, over 200 horsepower, air conditioning, power windows, tinted windows, automatic door locks, parking sensors, backup camera, electronic stability control, fog lamps, daytime running lights, a spare wheel with tool kit, and preferably 7 or more airbags. Preferred features include a dark interior, USB connections, rain-sensing wipers, and door edge guards. The vehicle must be delivered to the U.S. Embassy in Guatemala (Boulevard Austriaco 11-51, Zona 16).
Contract & Timeline
- Type: Firm-Fixed-Price Purchase Order
- Price: Must be quoted as CIF (Cost, Insurance, and Freight). No additional sums for escalation or currency fluctuations.
- Payment: Net 30 days via Electronic Funds Transfer (EFT).
- Set-Aside: None specified (Open Competition, SAM registration required)
- Proposal Due: April 30, 2026, by 17:00 hours (COB)
- Published: April 14, 2026
Submission & Evaluation
Proposals must be submitted electronically in English to GuatemalaBids@state.gov. Acceptable formats include MS-Word, MS-Excel, or Adobe Acrobat (PDF), with a 30MB file size limit per email. Required documents include an SF-18 cover page, detailed price and specifications, applicable clauses, a warranty statement, a delivery schedule, and proof of SAM registration. Incomplete proposals will not be accepted. The government intends to award to the responsible company submitting the lowest acceptable price and may hold discussions if necessary.
Eligibility / Notes
Offerors must be registered in the System for Award Management (SAM) database prior to proposal submission. Failure to register in SAM may result in the offer being considered non-responsible. This acquisition includes various Federal Acquisition Regulation (FAR) and Department of State Acquisition Regulation (DOSAR) clauses.