This is a Sources Sought notice for market research purposes only. The U. S. Army Corps of Engineers (USACE), Middle East District is seeking to gather information from potential sources that may be capable of fulfilling the requirements outlined in this notice. No contract will be awarded as a result of this notice. This market research will assist the agency in determining the appropriate acquisition strategy. Participation in this market research is voluntary, and no reimbursement will be made for any costs associated with responding to this notice.
The intent of this acquisition is to award a Firm-Fixed-Price (FFP) contract to provide safe and operational vehicles for USACE employees (military and civilian) stationed Outside the Continental United States (OCONUS) at locations within the U.S. Central Command (CENTCOM) Israel.
This contract will provide up to seventeen (17) vehicles for USACE personnel located within the CENTCOM AOR in Israel. Fifteen (15) Mid-Size, 5 seat Sport Utility Vehicles (SUVs) with 4-wheel drive and automatic transmission, and two (2) Vans. The Contract requirements shall stipulate the specific vehicle minimum specifications required and/or geographical Performance Work Statement (PWS).
The projected award date for this contract is December 2025, and the anticipated period of performance is one year from the award date. This notice is intended to gather information about the capabilities of potential vendors and assess the overall marketplace for the planned requirement.
The Contractor-provided SUVs shall have the following additional characteristics:
- Each vehicle is fully repaired to like-new condition following any collision, force of nature or other event causing damage, at the Contractor’s expense, regardless of who is at fault or what collided with or otherwise damaged the vehicle.
- A vehicle is replaced if damaged, non-operating, or malfunctioning with another vehicle of the same specifications as described in this PWS.
- Performance of all periodic manufacturer recommended inspections, repairs, and maintenance.
- Maintenance or repairs that is not scheduled but is required to correct deficiencies and to restore the vehicle or equipment to original/efficient, safe and fully operational condition
- All recall work completed when notice of a recall is received.
- All Original Equipment Manufacturer (OEM) parts, including sensors, installed that are operational and replaced when damaged or malfunctioning.
- All damaged, non-operation, or malfunctioning parts replaced with new parts meeting manufacturer specifications.
- All manufacturer installed safety items to ensure that glass, seat belts, air bags and stability control systems are fully operational and meet manufacturer’s specifications at all times.
- No prior wrecks or damages recorded for the vehicle. Any vehicle determined by the Government to be unreliable or unsafe for use must be replaced.
- No salvaged titles (vehicles must have a clean title)
- No previous criminal activity or any infractions on either the car or license plate.
The projected award date for this contract is December 2025, and the anticipated period of performance is one year from the award date. This notice is intended to gather information about the capabilities of potential vendors and assess the overall marketplace for the planned requirement.