Loading...
PR15989802
Response Deadline
May 27, 2026, 2:00 AM(EDT)15 days
Eligibility
Contract Type
Solicitation
PUBLIC NOTICE (SOLICITATION NO: PR15989802)
CLASSIFICATION CODE: 2320 – TRUCKS AND TRUCK TRACTORS, WHEELED
NAICS CODE: 441110 – AUTOMOBILE DEALERS
The United States Embassy in Conakry, Guinea intends to purchase a LARGE BOX TRUCK with electric lift manufactured in 2026. We invite automobile dealerships and responsible vendors from the general public to send us their quote on, or before, May 26, 2026 at 10:00 GMT. To be considered, offers must strictly adhere to the following specifications:
SPECIFICATIONS FOR LARGE BOX TRUCK with electric lift
Use: Warehouse Logistics, Equipment & Cargo Transport
Capacity: Medium-duty cargo (3–5 ton payload)
Preferred Chassis: Toyota or IVECO light/medium-duty truck (with proven local support)
1. Purpose
To procure a self-contained box truck capable of supporting warehouse operations, including transportation of cargo, equipment, and supplies between embassy facilities. The vehicle must be suitable for Conakry road conditions and designed for durability, ease of loading/unloading, and availability of spare parts.
2. Vehicle Chassis & Cab
Most Preferred Configuration (Recommended Standard):
.
Toyota Hino 300 Series
.
Closed box body
.
Hydraulic tail lift (rear-mounted)
Alternative Acceptable Platforms:
.
IVECO Euro cargo
.
Mitsubishi Fuso Canter (subject to local support confirmation)
General Requirements:
.
Drive: 4x2
.
Engine: Diesel
.
Transmission: Manual preferred
.
Cab: Double cab preferred (crew cab); single cab acceptable
Key Requirement:
- Must have confirmed spare parts availability in Guinea / West Africa
3. Cargo Box (Closed Body Design)
-
Type: Fully enclosed dry cargo box
-
Payload: 3–5 tons minimum
Construction:
•
Steel frame with aluminum or steel panels
•
Reinforced anti-slip floor
Design Requirements:
.
Rear double doors (full opening)
.
Side access door (recommended)
.
Internal lashing points
.
Weatherproof / sealed against rain
.
Interior lighting (recommended)
4. Lifting Mechanism (Hydraulic Tail Lift – MANDATORY)
Required System:
- Rear-mounted hydraulic tail lift
Specification:
•
Capacity: = 1,000 kg (1 ton minimum)
•
Operation: Electro-hydraulic
•
Platform: Foldable type
Safety Features:
.
Anti-slip platform
.
Safety rails
.
Emergency stop
.
Manual override (recommended)
5. Chassis & Suspension
•
Heavy-duty rear leaf spring suspension
•
Reinforced chassis for box and lift integration
•
Adequate ground clearance for local roads
6. Safety & Operational Features
•
Reflective markings
•
Warning beacon/light
•
Reverse alarm
•
Rear camera (recommended)
•
Non-slip access steps
•
Fire extinguisher
•
Wheel chocks
7. Environmental Suitability
.
Suitable for heavy rain, high humidity, and rough road conditions
.
Anti-corrosion coating required
.
Fully sealed cargo box
8. Accessories & Spare Parts
.
Tail lift system complete with controls
.
Starter Spare Parts Kit:
.
Hydraulic seals
.
Electrical fuses
.
Basic lift components
.
Standard vehicle service items
9. Documentation & Training
•
Operator and maintenance manuals (English preferred)
•
Tail lift system documentation
•
Spare parts list
•
Training includes:
•
Safe operation of vehicles
•
Tail lift operation
•
Cargo handling
•
Basic maintenance
10. Warranty & Support
.
Minimum 6 months’ warranty after received at post
.
Vendor must confirm local service capability and spare parts availability
11. Acceptance & Testing at Delivery
.
Road test
.
Tail lift functionality test
.
Cargo loading/unloading simulation
.
Verification of safety systems
Inspection of cargo box sealing and structur
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 PR15989802 and is issued as a Request for Quotation. The solicitation/contract includes all applicable provisions and clauses in effect through
FAC 2005-55.
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 May 26, 2026 at 10:00 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.
PREFERRED METHOD OF CONTACT
Offers must be submitted via electronic mail to the Contracting Officer at ConakryProc@state.gov and citing the solicitation number PR15989802 in the subject line of the email. For questions regarding the specifications provided above or other technical details, please contact Tinkiano Gaston Faya at TinkianoGF@state.gov.
You will need to check this website periodically for updates. We thank you for your interest.
OFFER DUE DATE
Offers are due on or before May 26, 2026, at 10:00 GMT.
DEPARTMENT OF STATE
DEPARTMENT OF STATE
US EMBASSY CONAKRY
U.S. EMBASSY CONAKRY
DEPARTMENT OF STATE, 2201 C ST NW
WASHINGTON, DC, 20520
NAICS
New Car Dealers
PSC
COMBAT, ASSAULT, AND TACTICAL VEHICLES, WHEELED
Set-Aside
No Set aside used