SOLICITATION: W911YP25QA0011
AGENCY/OFFICE: Utah Army National Guard / USPFO
DELIVERY LOCATION: Utah Army National Guard / Recruiting & Retention (RRB) - 12953 S Minuteman Dr. Draper, UT 84020
SUBJECT: EZ GO ELECTRIC LIBERTY GOLF CARTS (3 EACH)
RESPONSE DUE DATE: 0800 AM MST 11 SEPTEMBER 2025
CONTRACTING POC: William T. Brown III; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273
1.0 SYNOPSIS / DESCRIPTION:
*****THIS REQUIREMENT IS BEING SOLICITED AS A BRAND-NAME HUBZONE SMALL BUSINESS SET-ASIDE. ONLY QUOTES FROM REGISTERED HUBZONE SBs in SAM.GOV WILL BE ACCEPTED*****
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.
This acquisition is being solicited as a BRAND-NAME HUBZONE SMALL BUSINESS SET-ASIDE under NAICS code 336999 - “All Other Transportation Equipment Manufacturing” which has a Small Business Size Standard of 1,000 employees (www.sba.gov). FOR VENDOR’S QUOTES TO BE CONSIDERED, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) AT HTTPS://WWW.SAM.GOV AS A SMALL BUSINESS UNDER THIS NAICS CODE OR VERY SIMILAR NAICS CODE AND SMALL BUSINESS SIZE STANDARD. Wholesaler NAICS codes will not be accepted. Delivery shall occur within 90 days ARO. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings. This requirement is subject to availability of funding per FAR 52.232-18.
TECHNICAL CHARACTERISTICS:
- MODEL: (3 EACH) EZ GO Electric Liberty (sku# NW2418)
- Additional Explorer package added with LSV (low vehicle speed)
- COLOR: Slate Gray
- BATTERIES: 4.2 twin pack ELiTe battery, with world charger
- TIRES: Paramount M/T, 23x10-14 on black radial SPDR alloy wheels
- INTERIOR: USB, lighted cup holders, individual key switch, glove box door, mats, and shelf
- GAUGES: Color touch screen with vehicle speed lock
- FENDER FLARES: Large
- BRUSH GUARD: Black, express
- CANOPY: 4 passenger modular black canopy
- WINDSHIELD: DOT
- SEATS: Four (4) standard seats with seatbelts
- Fender flares, Large
- Ecoxgear 28" EliTe battery powered sound bar (marine grade and waterproof)
- Premium LED lights
- Cargo Rack: compatible with 2" receiver (1 per cart)
- 4 Bag attachment kit (compatible with 2" receiver) (1 per cart)
- Side mirrors
- Turn signal kit with horn
- Rear view mirror with integrated camera display
- Pedestrian warning system
- Center high mount stop light with back up camera
- 2" Hitch with quiet connection
1.1 SET-ASIDE / FAR REGULATION:
Any award resulting from this solicitation will be made using a HUBZONE SMALL BUSINESS SET-ASIDE order of precedence as follows:
In accordance with FAR 19.1305 HUBZone set-aside procedures:
(a) The contracting officer-
(1) Shall comply with 19.203 before deciding to set aside an acquisition under the HUBZone Program;
(2) May set aside acquisitions exceeding the micro-purchase threshold for competition restricted to HUBZone small business concerns when the requirements of paragraph (b) of this section can be satisfied; and
(3) Shall consider HUBZone set-asides before considering HUBZone sole-source awards (see 19.1306) or small business set-asides (see subpart 19.5).
(b) To set aside an acquisition for competition restricted to HUBZone small business concerns, the contracting officer must have a reasonable expectation that-
(1) Offers will be received from two or more HUBZone small business concerns; and
(2) Award will be made at a fair market price.
1.2 CONTRACT TYPE / EVALUATION CRITERIA:
This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed Price (FFP) and award evaluation criteria will be based on an all or none basis using lowest price technically acceptable (LPTA) evaluation criteria for all items conforming to the minimum requirements and specifications of items listed. Offers that exceed funds availability or do not meet minimum technical requirements will not be considered for award. The offer must be registered in System for Award Management (SAM) to be eligible for award.
1.3 ELIGIBILITY FOR AWARD (SAM Registration & Cyber Security Basic NIST Assessment):
All firms or individuals responding must meet all standards required to conduct business with the Government, including having an ACTIVE SAM REGISTRATION and be in good standing. All qualified responses will be considered by the Government. In addition to providing pricing each quote must include vendor's CAGE/ Unique Entity ID number, Federal Tax Number, and must include point of contact information.
Prospective offerors may obtain information on registration at WWW.SAM.GOV. IAW FAR 52.204-7 and DFARS 252.204-7007 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.
Vendors MUST have completed the Cyber Security Basic NIST Assessment NIST SP 800-171 in the past 3 years in compliance with DFARS Clause 252.204.7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. If you have not completed your Basic NIST Assessment, please follow the links below with training and the entry point for completing the basic assessment. The SBA Procurement Technical Assistance Centers (PTACs) may be able to assist small businesses in completing this basic assessment if they run into issues.”
https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.safcn.af.mil%2FCISO%2FSmall-Business-Cybersecurity-Information%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=81iGYZOpxDDxu6%2FAQn3MVWXYoJ4RX0p6SZUqE5dgyss%3D&reserved=0
https://usg01.safelinks.protection.office365.us/?url=https%3A%2F%2Fwww.sprs.csd.disa.mil%2F&data=05%7C01%7Cwilliam.t.brown68.civ%40army.mil%7C988def7ed675434a1c9508db892fde85%7Cfae6d70f954b481192b60530d6f84c43%7C0%7C0%7C638254610899442679%7CUnknown%7CTWFpbGZsb3d8eyJWIjoiMC4wLjAwMDAiLCJQIjoiV2luMzIiLCJBTiI6Ik1haWwiLCJXVCI6Mn0%3D%7C3000%7C%7C%7C&sdata=s3zmdEiWRZ0Xo795Et0u91Obig5NzfeLetSRd4kXfEU%3D&reserved=0
1.4 QUOTES:
Please provide your quote submission to the United States Property and Fiscal Office (USPFO) Purchasing and Contracting (P&C) Division NO LATER THAN 0800 AM MST 11 SEPTEMBER 2025. All submissions should be sent via email to: william.t.brown68.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.