Opportunity
SAM #FA483026Q0021
Procurement of Polaris Diesel UTVs for Moody Air Force Base
Buyer
443rd Airlift Wing
Posted
April 17, 2026
Respond By
April 28, 2026
Identifier
FA483026Q0021
NAICS
336999, 336112
This opportunity involves the procurement of replacement Utility Task Vehicles (UTVs) for Moody Air Force Base: - Government Buyer: - Department of Defense, Department of the Air Force, Air Combat Command, 23 CONS at Moody Air Force Base - OEMs and Vendors: - Polaris (OEM specified for UTVs) - Products/Services Requested: - Three (3) Polaris diesel-powered Utility Task Vehicles (UTVs) - Key specifications: - Diesel engine - Seating for at least five personnel - Open rear cargo bed for aircrew equipment - Fully enclosed cab with fixed windshield and manual windows - Electronic power steering - Mechanical parking brake - Minimum nine inches of suspension travel - Unique/Notable Requirements: - Only Polaris UTVs meeting all salient characteristics will be considered - Compatibility with existing fleet is required to streamline maintenance and logistics - Evaluation will use Lowest Price Technically Acceptable (LPTA) method - Place of performance and delivery: Moody Air Force Base, Georgia
Description
Moody AFB is requesting 3 replacement UTVs, following the loss of existing assets due to severe weather damage and heavy utilization during previous use. To maintain operational readiness and ensure seamless integration into existing squadron processes, the replacement UTVs must align with established fleet standards. Procuring vehicles with systems and components common to the squadron's current inventory provides substantial logistical and operational benefits, including streamlined maintenance procedures, reduced repair-part variability, and improved vehicle availability through faster turnaround times.
Minimum Salient Characteristics:
The Government requires UTVs that meet or exceed the following minimum essential specifications:
Must be POLARIS Engine: Diesel-powered engine (as required by the UTC) Capacity: Seating for AT LEAST 5 personnel Cargo: Open rear cargo bed capable of transporting aircrew equipment Cab: Fully enclosed cab with fixed windshield and manual windows Steering: Electronic power steering Braking: Mechanical parking brake Suspension: Minimum 9 inches of suspension travel to ensure safe and reliable operation across varied terrain
If the vehicle does not meet all of these characteristics, then it will NOT be considered for award!!
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: 28 April, 2026 at 3:00pm EST
All guestions regarding this RFQ must be emailed to jacob.turner.28@us.af.mil no later than the 22 April, 2026 at 3:00pm EST
Interested parties shall submit their quotations electronically to either POC, using the format given below.
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: Capability Statement: A detailed narrative explaining how the offerors capablities Price Breakdown: Breakdown of cost elements Prodcut Specification Sheet: Detailed description of product being provided.
For any questions regarding this solicitation:
Email: jacob.turner.28@us.af.mil and CC ashley.castillo_flynn@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.