Opportunity

SAM #FA483026Q0013

Procurement of Genuine Polaris MRZR Vehicle Parts for 820th Combat Operations Squadron

Buyer

443rd Airlift Wing

Posted

March 24, 2026

Respond By

March 27, 2026

Identifier

FA483026Q0013

NAICS

336992, 336390

This procurement seeks genuine Polaris MRZR vehicle parts for the 820th Combat Operations Squadron at Moody Air Force Base. - Government Buyer: - Department of Defense, Air Combat Command, 23rd Contracting Squadron (23 CONS CC) - Contracting office located at Moody AFB, Georgia - OEM and Vendor Requirements: - Only authorized Polaris vendors are eligible - Vendors must have technical expertise and proprietary data to cross-reference UK-based part numbers to U.S. equivalents - Aftermarket or non-OEM parts are not acceptable due to performance, durability, and cost concerns - Products Requested: - Genuine Polaris MRZR vehicle parts (specific part numbers and quantities detailed in the MRZR Parts Listing attachment) - Parts must be compatible with MRZR vehicles engineered to United Kingdom specifications - Notable Requirements: - Only genuine OEM Polaris parts will be accepted - Evaluation criteria: Lowest Price Technically Acceptable (LPTA), technical capability, and past performance - Vendors must be registered in SAM.gov - Place of Performance and Delivery: - Moody Air Force Base, Georgia (820th Combat Operations Squadron) - Contracting office: 23 CONS CC, 4380 B Alabama Rd, Bldg 932, Moody AFB, GA 31699-1700

Description

The purpose of this solicitation is to procure MRZR vehicle parts for the 820th Combat Operations Squadron. The vehicles are essential to the squadrons training and was originally engineered to United Kingdom specifications and incorporates proprietary Polaris parts not interchangeable with standard commercial alternatives.

Only authorized Polaris vendors possess the technical expertise and proprietary data necessary to accurately cross-reference UK-based part numbers and convert them to compatible components available within the U.S. supply system. Aftermarket substitutes, where they exist, are consistently higher in cost or fail to meet the durability, reliability, and performance standards required for sustained military use in austere environments.

To ensure the continued safety, readiness, and long-term sustainment of these operational assets, procurement through an authorized Polaris vendor supplying genuine original equipment manufacturer (OEM) parts represents the most effective, lowest-risk, and mission-aligned solution.

Note the attatchments on this solicitation, that is where you will find the parts that are required to be provided!!!

EVALUATION FACOTRS FOR AWARD

The Government will issue a purchase order to the responsible offeror whose quotation, conforming to the solicitation, is determined to represent the best value to the Government, price and other factors considered. The following factors shall be used to evaluate offers:

Price: The price evaluation will follow a Lowest Price Technically Acceptable (LPTA) approach. The award will be based on the Lowest Price Technically Acceptable (LPTA), where the total price will be evaluated to determine the best value to the Government.

Technical Capability: Contractor must provide documentation that demonstrates ability to meet all technical requirements in the solicitation. The offer must meet all technical requirements stated in the solicitation.

Past Performance: Performance Quality Assessment. The government will determine how well the offeror performed on past contracts that are both recent and relevant, and, based on an integrated assessment, assign a rating of "Acceptable" or "Unacceptable" as described. (Acceptable: Based on the offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown.) (Unacceptable: Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will able to successfully perform the required services)

RFQ due date: 27 March 2026, 2:00 PM EST.

All guestions regarding this RFQ must be emailed to jacob.turner.28@us.af.mil no later than the 26th of March 2026, 2pm EST.

Interested parties shall submit their quotations electronically to either POC.

Company Name:                       

Unique Entity ID Number (UEID):                 _ Cage Code:     

*Number of Employees                           

*Total Yearly Revenue                               

*Information required determining size of business for the NAICS referenced above.

Quotation Contents:

<ol>
    <li><strong>Capability Statement: </strong>A detailed narrative explaining how the offerors capablities</li>
    <li><strong>Price Breakdown: </strong>Breakdown of cost elements</li>
    <li><strong>Prodcut Specification Sheet: </strong>Detailed description of product being provided.</li>
</ol>
</li>

For any questions regarding this solicitation:

Email: jacob.turner.28@us.af.mil and CC tahj.fuller@us.af.mil

.zip files are not an acceptable format for the Air Force Network and will not go through our email system.

The Government intends to award purchase order without discussion; therefore, offerors should quote their best price.

All companies must be registered in the System for Award Management at https://www.sam.gov/portal/public/SAM/ to be considered for award. The Government will not provide contract financing for this acquisition. Invoice instruction shall be provided at time of award.

View original listing

Get AI summaries, saved searches, and real-time alerts for new opportunities. Sign up free · Sign in