Loading...
19GV1026Q0013
Response Deadline
Jun 11, 2026, 6:00 PM(GMT)30 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
The United States Embassy in Conakry, Guinea, intends to purchase a brand new, 3000-Liter, water delivery tanker-truck with a production year of 2026. We invite automobile dealerships and responsible vendors from the general public to send us their quotes on, or before, June 11, 2026 at 18:00 UTC + 00:00. To be considered, offers must strictly adhere to the following technical specifications and procurement requirements:
A. TECHNICAL SPECIFICATIONS:
1. PURPOSE
To procure a self-contained utility water truck capable of reliable water delivery to ground and elevated storage tanks under local operating conditions.
2. VEHICLE CHASSIS & CAB
- Drive: 4x2 minimum - Production Year: 2026, New/Never Used
- Engine: Diesel - Transmission: Manual preferred - Cab: Single cab (2–3 seats) - Platform: Toyota Hino 300 / Toyota Dyna / IVECO Daily OR EQUAL - Spare parts availability in Guinea / West Africa required Justification: The preference for these platforms is based on fleet standardization, availability of spare parts in Conakry and the West Africa region, and the presence of reliable technical support. Aligning with commonly used platforms within the existing fleet improves maintenance efficiency, reduces downtime, simplifies inventory management for spare parts, and ensures faster repair turnaround through locally available expertise.
3. WATER TANK
- Capacity: 3,000 Liters (Fixed) - Material: Mild Steel only - Thickness: Minimum 4 mm - Standards: ASTM A36 or EN S235JR - Internal coating: NSF-61 epoxy, minimum 200 microns DFT - External anti-corrosion coating - Manway ≥ 400 mm - Sloped bottom and drain valve
4. GVWR
GVWR must include chassis + tank + full water load (3,000 kg). Axles, brake components, steering components, suspension components the overall chassis must meet or exceed the rating standards for a liquid payload of 3000 kg plus tank. Vendor must confirm compliance and provide spec sheets attesting to the technical fitness of these components and the truck as a whole.
5. PUMP SYSTEM
- PTO-driven centrifugal pump - Flow: 300–500 L/min - Pressure: 6–8 bar with gauge - Heavy-duty construction - Locally serviceable
6. HOSE SYSTEM
- Hose length: 30 meters - Net Inner Diameter: 1.5–2 inch - Inner Tube Liner: Ethylene Propylene Diene Monomer (EPDM) rubber or NBR (Nitrile) rubber; Liner thickness = 3-4mm; Smooth bore, resistant to weathering and ozone
-Reinforcement Layer: High tensile synthetic textile (polyester) or steel wire helix, multiple plies (minimum 2-3 layers) or spiral wire reinforcement
-Cover/Outer Layer: EPDM or SBR (Styrene-Butadiene Rubber), 2-3mm minimum thickness; Abrasion resistant, weather resistant, UV-Stabilized and oil resistant.
-Temperature Range= -20 degrees Celsius to +70 degrees Celsius; Bend Radius = Maximum 200 -250 mm to prevent kinking - Manual hose reel - Camlock fittings
Standards Compliance: ISO 1307; EN12115 or ISO 4079; BS 6391
7. FILTRATION
- Inlet strainer - Inline filter (80–120 mesh) - Removable and cleanable
8. SAFETY FEATURES
- Reflective markings - LED amber beacon (12V/24V, fixed) - Fire extinguisher - Wheel chocks - Ladder and handholds
9. DOCUMENTATION
- Manuals (English) - Spare parts list - Training on operation and maintenance
10. WARRANTY
Minimum 12 months warranty and local service support
11. INSPECTION
- Remote inspection required - Final tests: leak, pump, delivery, cleaning access
12. EMISSIONS
Engine must meet EPA or Euro standards
13. BRAND CLAUSE
All brands listed as OR EQUAL per FAR 11.105
B. PROCUREMENT REQUIREMENTS
1. Delivery must be effected within 90 days maximum after a purchase order is issued to the successful bidder. Offerors must demonstrate that they have the financial resources and logistical support necessary to respect this time limit. The delivery address is:
EMBASSY OF THE UNITED STATES OF AMERICA
TRANSVERSALE # 2
CENTRE ADMINISTRATIF DE KOLOMA
COMMUNE DE RATOMA
CONAKRY
REPULIQUE DE GUINÉE
PROCUREMENT CONTACT: FAMA MARAH: – +224 629 000 534
RECEIVING CLERK: DANIEL CECE SANGBALAMOU: - +224 629 000 513
2. Offer packages must consist of two main parts:- (1) The Technical Offer, which must address the technical specifications outlined above and (2) The Financial Offer, which must provide information on costs, shipping terms, estimated delivery dates, transportation and handling insurance, etc
3. Offers must be submitted via electronic mail to the Contracting Officer at ConakryProc@state.gov. The solicitation number 19GV1026Q0013 must be cited in the subject line of the email. Should you have questions or require clarity on any subject pertaining this solicitation, please send an email to Fama Marah – marahf@state.gov with cc to conakryproc@state.gov. You can also contact Fama Marah by phone - +224 629 000 534.
4. Financial offers must disclose without ambiguity all costs associated with the provision, transportation insurance and delivery of the truck. Hidden or undisclosed costs will not be accepted once a purchase order is issued.
5. Financial offers must also provide comparative pricing for DAP INCOTERMS and DDP INCOTERMS. The procurement office will compare the two and choose the most competitive option.
6. Offerors must strive to provide exact matches for the technical specifications listed. Any deviation from the specifications, howsoever minor it may be, must be clearly marked and highlighted as “ALTERNATIVE/SUBSTITUTE”
C. SOURCE SELECTION CRITERIA
1. The standard of review for the admission or dismissal of offers shall be Lowest Price Technically Acceptable
2. Offers shall first be evaluated against the extent to which they address the technical requirements provided in this solicitation. Offers that respond to all the requirements shall be classified as “technically acceptable” and shall proceed to the price evaluation stage of the acquisition process. Offers that fail to address all the requirements shall be dismissed and barred from further consideration.
3. The technically acceptable offers shall further be filtered using “competitive range analysis” based on market data on costs. Offers that fall outside the competitive range will either be dismissed or subject to further investigation to determine whether they are admissible within the competitive range.
4. The successful bid shall be chosen from amongst the offers in the competitive range. Such a bid will usually hold the best value for the United States government by striking the optimum balance between price and quality. Purchase price is an important determinant of what constitutes best value, but it is not always definitive. In the case of the tanker truck or any other motor vehicle, the total cost of ownership = purchase price + expected maintenance costs based on industry reputation for the vehicle/brand and parts availability in the local market. All these factors shall be taken into consideration in the determination of best value.
D. APPLICABLE CLAUSES AND PROVISIONS
Please note that this is a combined synopsis/solicitation for a commercial item, prepared in accordance with the format FAR 12.6, as supplemented with additional information included in this notice.
This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. The solicitation number is 19GV1026Q0013 and is issued as a Request for Quotation. The solicitation/contract includes all applicable provisions and clauses in effect.
Contract Clauses in addendum to FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Award will be made to the lowest priced, technically acceptable offeror. FAR clause 52.212-4, Contract Terms and Conditions-Commercial items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders - Commercial Items (https://www.acquisition.gov/far/current/html/52_212_213.html#wp1179527 – include in full text), will apply to the resultant contract: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity.
The following DOSAR provisions/clauses will also apply: 652.206-70, Competition Advocacy/Ombudsman; 652.214-71, Authorization to Perform; 652.225-70, Arab League Boycott of Israel; 652.225-71, Section 8(a) of the Export Administration Act of 1979, as Amended; 652.242-70, Contracting Officer’s Representative; and 652.243-70, Notices. All offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer.
Offers are due by August 8, at 18:00 a.m. All responsible sources may submit an offer that shall be considered.
All contractors have to be registered in the SAM (System for Award Management) Database https://www.sam.gov prior to contract award pursuant to FAR provision 52.204-7. Therefore, prospective offerors are encouraged to register prior to the submittal of quotations/proposals.
The guidelines for registration in SAM are also available at: https://www.statebuy.state.gov/pd/Pages/AdditionalVendorReg.aspx
Furthermore, with the recent FAR update, it is now a mandatory requirement for the Government to enquire if contractors are using or will be using, in government contracting, covered telecommunications equipment produced by Huawei, ZTE, Hikvision, Dahua, and Hytera, or their subsidiaries or affiliates. Consequently, vendors are required to update their SAM registration with that information. Potential offerors are advised to take special attention to clauses FAR 52.204-24, FAR 52.204-25 and FAR 52.204-26 while completing their registration in SAM.
E. OFFER DUE DATE
Offers are due on or before June 11, 2026, at 18:00 (UTC + 00:00).
DEPARTMENT OF STATE
DEPARTMENT OF STATE
US EMBASSY CONAKRY
U.S. EMBASSY CONAKRY
DEPARTMENT OF STATE, 2201 C ST NW
WASHINGTON, DC, 20520
NAICS
Automobile and Light Duty Motor Vehicle Manufacturing
PSC
TRUCKS AND TRUCK TRACTORS, WHEELED