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 Department of the Army, 409th Contracting Support Brigade, Regional Contracting Office-Wiesbaden, is soliciting proposals for six (6) new, left-hand drive Commercial Heavy Armored Vehicles (HAVs) with an option for three (3) additional, totaling up to nine (9) vehicles, for the U.S. Army Garrison Wiesbaden. This is a Firm-Fixed-Price contract. Proposals are due February 24, 2026, at 11:00 AM Central European Time (CET).
Scope of Work
This requirement is for "Brand Name or Equal" HAVs, based on BMW, but offerors may propose an "equal" product with sufficient documentation proving it meets all specified characteristics. The vehicles must be OEM-built, purpose-built armored vehicles, certified to VPAM BRV 2009 VR6/CEN B6. Key specifications include:
- Vehicle Type: Left-hand drive, Auto Sedan Special Protected, Black exterior.
- Engine: Gasoline, 6.0-liter, 12-cylinder turbocharged (electric/hybrid not acceptable).
- Performance: GVWR of 4,000 kg or greater, maintaining positive acceleration, braking, and cornering control. Braking distance degradation not to exceed 15%.
- Specialized Equipment: OEM-integrated police package (blue lights), convoy display, intercom, fire suppression, self-sealing fuel tank, fresh air intake.
- Interior: Minimum four-passenger capacity with leather, power, heated/ventilated memory bucket seats.
- Tires & Wheels: Run-flat inserts, rims meeting load capacity, includes spare, summer, winter tires, and snow chains/socks per vehicle.
- Construction: Armor integration must balance structural loads, with suspension, brakes, and drive shaft reinforced (minimum 25% upgrade). No gaps in armor.
Contract Details
- Contract Type: Firm-Fixed-Price (FFP), including an option for increased quantity (CLIN 0002).
- Set-Aside: Unrestricted. A Justification and Approval (J&A) for sole-source (brand name) is attached, indicating limited competition is anticipated for "equal" products.
- Delivery: No later than 180 days from award, to Flugplatz Erbenheim 1067, Building 105, 265205 Wiesbaden, Germany.
- Warranty & Maintenance: Minimum 36 months or 60,000 km (whichever comes first) for defects and routine PMCS, honored by OEM-certified dealers in Germany and NATO countries. All costs included in the total contract price.
Submission & Evaluation
- Proposal Due: February 24, 2026, at 11:00 AM CET.
- Evaluation: Lowest Price Technically Acceptable (LPTA). Factors include:
- Technical: OEM Armor Integration Certification, Minimum Technical and Performance Requirements.
- Supplier Performance Risk System (SPRS) score.
- Price.
- Registration: Quoters must be actively registered in the System for Award Management (SAM.gov) by the submission date.
- Acknowledgement: Offerors must acknowledge receipt of Amendment 0001.
Important Notes
This solicitation, W912CM-26-Q-A006, was amended (Amendment 0001) to extend the closing date, add an option CLIN, and clarify evaluation criteria. All dates and times refer to Central European Time.