Heavy Armored 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 409th Contracting Support Brigade, Regional Contracting Office-Wiesbaden, is soliciting proposals for six (6) new, left-hand drive Commercial Heavy Armored Vehicles for the U.S. Army Garrison Wiesbaden, with an option for three (3) additional vehicles. This is a Firm-Fixed-Price (FFP) contract, designated as Unrestricted. Proposals are due by February 24, 2026, at 11:00 AM Central European Time (CET).
Opportunity Overview
This solicitation, identified as W912CM-26-Q-A006, aims to replace an aging fleet and ensure secure transport for key personnel. The requirement is for "Brand Name or Equal" based on BMW, emphasizing that vehicles must be purpose-built armored vehicles integrated from the ground up by the Original Equipment Manufacturer (OEM), not aftermarket modifications. A Justification and Approval (J&A) for this requirement is attached.
Scope of Work
- Procurement: Six (6) new, left-hand drive Commercial Heavy Armored Vehicles (HAVs), with an option for three (3) more (CLIN 0002).
- Specifications: Vehicles must be OEM-built, certified to VPAM BRV 2009 VR6/CEN B6, and commonly used in Europe. Key features include a 6.0-liter, 12-cylinder turbocharged gasoline engine, 8-speed automatic transmission, and a GVWR of 4,000 kg or greater. Electric/hybrid powertrains are not acceptable.
- Specialized Equipment: Integrated police package (blue lights, external light capability), LED convoy display, intercom, pre-engineered fire suppression, self-sealing fuel tank, and fresh air intake system.
- Interior: Minimum four-passenger capacity with leather, power-operated, heated, and ventilated memory bucket seats.
- Tires & Wheels: Run-flat tires (20 KPH after puncture), rims for armored mass, one full-sized spare, one set of summer tires, two sets of winter tires, and one set of snow chains/socks per vehicle.
- Construction: Integrated opaque/transparent materials for optimum protection, no gaps in armor, and reinforced suspension, brakes, drive shaft, and couplings (minimum 25% upgrade).
- Warranty & Maintenance: Minimum 36 months or 60,000 km, honored by OEM-certified dealers in Germany and NATO countries.
- Delivery: Required no later than 180 days from award to Flugplatz Erbenheim 1067, Building 1052, 65205 Wiesbaden, Germany.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP).
- NAICS Code: 336110 (Passenger Motor Vehicles).
- Set-Aside: Unrestricted.
- Period of Performance: Delivery on or before August 26, 2026.
Submission & Evaluation
- Proposal Deadline: February 24, 2026, at 11:00 AM CET.
- Submission Method: Quotes must be submitted via email. FAX submissions are not authorized.
- Evaluation: Award will be based on Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical (OEM Armor Integration Certification, Minimum Technical and Performance Requirements), Supplier Performance Risk System (SPRS), and Price.
- SAM Registration: Offerors must be actively registered in the System for Award Management (SAM.gov) by the submission date.
Key Amendments
Amendment 0001, dated February 18, 2026, extended the solicitation closing date to February 24, 2026, added option CLIN 0002, included FAR clauses 52.217-7 and 52.217-5, and modified FAR 52.212-2 to detail evaluation criteria for Technical, SPRS, and Price.
Contact Information
- Primary: Kathleen Balon (kathleen.balon.civ@army.mil, +496111435466758)
- Secondary: Aaron Ritter (aaron.m.ritter.civ@army.mil)