Provision of Off-road Capable Ambulances to the Ministry of Health and Social Services (MHSS)
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 Windhoek, Namibia, is soliciting firm-fixed-price quotations for the provision of two (2) off-road capable ambulances for the Ministry of Health and Social Services (MHSS). This unrestricted opportunity aims to enhance medical services and disaster response in Namibia. Quotations are due March 2, 2026, at 17:00 Namibian time.
Scope of Work
The requirement is for two (2) off-road capable ambulances, including spare parts and a two-year warranty for heavy use, with service/warranty work to be conducted within Namibia. Delivery is to the U.S. Embassy Windhoek Warehouse, 28 Gold Street, Prosperita, Windhoek. Detailed vehicle specifications, including transmission, drive type, tires, suspension, engine, and specific ambulance options (e.g., intercom, stretchers, medical equipment, power systems), are provided in the solicitation. The purpose is to improve medical services in remote communities and disaster response capabilities.
Contract & Timeline
- Contract Type: Firm-Fixed-Price purchase order/contract (Request for Quotation - RFQ).
- Set-Aside: Unrestricted.
- Delivery Deadline: Within 90 days after contract award or no later than July 15, 2026.
- Pricing: All prices must be in Namibian Dollars (NAD) and include all labor, materials, overhead, profit, and transportation. The U.S. Embassy will assist with a VAT waiver (CERT A).
- Response Due: March 2, 2026, at 17:00 Namibian time.
- Published Date: January 30, 2026.
Submission & Evaluation
Offerors must submit specific appendices (A-F), including a completed solicitation (SF-1449), licenses, business registration, proof of SAM registration, and financial resources. A Technical Proposal (Volume II) is also required, detailing company profile, references, key personnel, equipment, and a strategic plan. Award will be made to the lowest priced, acceptable, responsible quoter. Evaluation factors include price, acceptability, and responsibility (financial resources, performance record, integrity, organization, experience, skills, equipment, and eligibility).
Eligibility & Notes
- SAM Registration: Mandatory for all contractors prior to submitting an offer. Failure to register may result in the proposal being considered non-responsible.
- Electronic Submission: Allowed via email to
windhoekbidsubmission@state.gov. Emails should not exceed 15 MB; multiple emails may be sent. Alternatively, offers can be submitted physically at the U.S. Embassy Windhoek. - Tax: This opportunity is subject to FAR 52.229-12 (Tax on Certain Foreign Procurements) and the James Zadroga 9/11 Victims Health and Compensation Act of 2010, potentially subjecting payments to a 2% excise tax.
- Contact: Primary contacts are David Newton and Hilya Shikongo (
whkproc@state.gov).