Vehicle Purchase -19UK5626Q0029 - SUV type
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 London is soliciting quotations for the supply, delivery, and registration of a new SUV-type vehicle. This requirement, identified as RFQ 19UK5626Q0029, seeks a Firm Fixed-Price award based on the Lowest-Priced, Technically Acceptable (LPTA) criteria. Quotations are due by 1700 BST on May 18, 2026.
Scope of Work
The U.S. Embassy London requires one new, 4-door compact SUV with a rear hatch, seating for 5 people, and Right-Hand Drive. Key specifications include an automatic, hybrid petrol/gasoline engine (minimum 225 hp combined, 35 mpg), 600-700 liters luggage capacity, and specific interior/exterior features like dark leather/cloth upholstery, a minimum 9-inch control display, Bluetooth, reversing camera, and active protection. The vehicle must be black, dark gray, or blue metallic paint, meet UK registration and environmental/safety regulations, and make no use of covered telecommunications as described in FAR 52.204-24. An "acceptably similar" in-country vehicle may be considered for faster delivery.
Contract Details
This will be a Firm Fixed-Price contract. The quoted price must include all labor, materials, overhead, profit, and transportation for delivery to the U.S. Embassy London. VAT is not applicable. Payment will be made within 30 days of delivery and receipt of complete documents. Delivery is a key consideration, with a preference for completion within six (6) months of order.
Eligibility & Set-Aside
This opportunity is not a Small Business Set-Aside and is open to companies or individuals specializing in vehicle supply. Non-UK vendors must include and guarantee all services, clearances, or shipping charges required for delivery, as the Embassy will not arrange customs clearance or pay associated duties.
Submission & Evaluation
Quotations must be submitted via email to Procurement_Box7@state.gov, referencing I.D. # 19UK5626Q0029 in the subject line. Offers will be evaluated solely on mandatory specifications using the LPTA criteria. The Government intends to make an award based on initial quotations but reserves the right to hold discussions. Past performance will be considered as part of the technical evaluation. Bidders must complete any attached representations and certifications.
Important Clauses
Bidders should review the incorporated FAR and DOSAR clauses, particularly those related to Cybersecurity Supply Chain Risk Management and Telecommunications and Video Surveillance, which outline prohibitions and requirements for compliance.