Opportunity

SAM #PR15970795

U.S. Embassy Santo Domingo Solicitation for New Mid-Size SUV Vehicle

Buyer

U.S. Embassy Santo Domingo

Posted

April 27, 2026

Respond By

May 06, 2026

Identifier

PR15970795

NAICS

423860, 3361, 441110

The U.S. Embassy in Santo Domingo, Dominican Republic, is seeking quotations for the purchase of one new mid-size SUV vehicle to support embassy operations. - Government Buyer: - U.S. Department of State, U.S. Embassy Santo Domingo - Products/Services Requested: - One (1) new mid-size SUV vehicle - 2.8L turbo diesel (1GD-FTV) engine, 201 hp, 500 Nm torque - 6-speed automatic transmission with paddle shifters - 4x4 part-time drivetrain with low range and electronic selector - Multiple drive modes: Eco, Sport, Normal - Body-on-frame chassis, ground clearance ~279 mm, tow capacity ~2,000 kg - 7 seats, leatherette interior, dual-zone climate control, rear A/C - Push start, keyless entry, electronic tailgate, storage compartments - 8-inch touchscreen with Apple CarPlay/Android Auto - Advanced safety features: 7 airbags, ABS, EBD, BA, stability and traction control, rear camera, sensors, immobilizer - Off-road features: rear differential lock, full off-road aids, approach/departure angles 29/25 - Fuel tank ~80 L, dimensions 4795x1855x1835 mm, wheelbase 2745 mm - Unique/Notable Requirements: - Vehicle must be new (not refurbished) and sourced from manufacturer-approved channels - Delivery required within 30 days after award - Delivery location options: U.S. Embassy warehouse in Santo Domingo, Dominican Republic, or warehouse in Miami, FL (Doral) - Award will be made to the lowest-priced, technically acceptable offeror - No specific OEM or vendor is named in the solicitation, but requirements align with major global SUV manufacturers

Description

Dear Prospective Offeror/Quoter:

The U. S. Embassy in Santo Domingo, Dominican Republic, invites you to submit quotations under full and open competition procedures for PR15970795 - New GOV 2026 as detailed below:

1 Vehicle with these specifics

Engine & Drivetrain

2.8L turbo diesel (1GD-FTV), 201 hp

500 Nm torque

6-speed automatic with paddle shifters

4x4 part-time with low range + electronic selector

Drive modes: Eco / Sport / Normal

Capability (core strength)

Body-on-frame (truck-based chassis)

Ground clearance: ~279 mm

Tow capacity: ~2,000 kg

Approach / departure: 29° / 25°

Rear differential lock + full off-road aids (DAC, hill assist)

Fuel tank: ~80 L

Size (mid-size SUV class)

4,795 mm length

1,855 mm width

1,835 mm height

2,745 mm wheelbase

Comfort & Interior

7 seats (real 3-row SUV, not crossover-based)

Leatherette interior

Dual-zone climate + rear A/C

Push start + keyless entry

Electronic tailgate

Practical storage (cool box, compartments)

Tech & Safety

8” touchscreen with Apple CarPlay / Android Auto

7 airbags (including driver knee airbag)

ABS, EBD, BA, stability control (VSC), traction control (TRC)

Rear camera + sensors + immobilizer

QTY: 1

Written Quotes

The offeror shall provide an electronic copy containing all required sections of the written Quote. The offeror must submit the Quote in the formats provided by Microsoft Office 2007 or later. Any offeror that does not comply with the following instructions or does not submit the required component of this RFQ within the allotted period shall not be considered for award.

Solicitation Considerations

All Quotes must be valid for 60 days from the closing date for this solicitation. No exceptions or qualifications. New items ONLY, NO grey market or refurbished products.

The offeror confirms to have sourced all products submitted in this quote from manufacturer approved channels for Federal sales, in accordance with all applicable laws and manufacturer’s current applicable policies at the time of purchase. The offeror must be able to support both the product sale and product pricing, in accordance with applicable manufacturer certification / specialization requirements.

The Government intends to award a Firm Fixed Price Purchase Order under FAR Part 13 resulting from this solicitation to one (1) responsible offeror whose offer conforming to the solicitation is the Lowest-Priced, Technically-Acceptable.  The following factors shall be used to evaluate offers:

Technical Capability of the item offered to meet the Government requirement; Price.

QUOTES

Quotations must be submitted in English, via email to SantoDomingoProcurement@state.gov and marked RFQ# PR15970795, no later than 1600hrs local time, on May 06, 2026.

Award will be made to the lowest priced offering acceptable products.

The following must be included in the quotation:

Contract number (if any). Evidence that all quoted items are on the GSA schedule contract or will be as of the date of award. For items not yet on GSA contract, quoter must demonstrate that it has submitted by the closing date/time a request to GSA for addition of these items to its contract. Any open market items must be identified in the quotation and comply with FAR 8.402(f); any open market item should not exceed $3,000.00 Pricing for the items identified. Description of the item being quoted (product literature and data sheets are required on all items); Evidence of authorization to supply and export the required items; Warranty information; and Delivery time stated in number of calendar days.

All items must be new (not used or refurbished). This solicitation is issued on an "all or none" basis. Award will be made to the lowest priced offering acceptable products.

Complete quotations must be received by the date and time specified and include the maximum discounts available.

REQUIRED DELIVERY DATE

Delivery must be made within 30 days after award.

For Overseas vendors price quoted must include delivery FOB destination to our warehouse in Miami, FL. United States to the following address:

11380 NW 34TH ST,

DORAL, FL  33178-1828

UNITED STATES

This purchase is ultimately intended for an overseas destination. If there is any the shipment and it will involve wood packaging material, then the packing and palletizing must conform to the standards in the International Standards for Phytosanitary Measures Publication No. 15: “Guidelines for Regulating Wood Packaging Material in International Trade” (ISPM 15) and have the appropriate markings indicating that the materials meet this standard. Any deliveries arriving at our indicated domestic delivery address that do not meet these standards will be rejected and must be corrected at the contractor’s expense.

Mark all boxes, cartons, etc. in this order:

U.S. Embassy, Santo Domingo PL

Embassy PO Number: TBD

For local vendors, the price quoted must include delivery FOB to our warehouse in Santo Domingo, Dominican Republic to the following address:

U.S. Embassy Santo Domingo

Av. República de Colombia #57 (Rear entrance; Warehouse)

Altos de Arroyo Hondo

Santo Domingo, Distrito Nacional

Dominican Republic

Please direct any questions regarding this Request for Quotations to SantoDomingoProcurement@state.gov.  Additional Links:PR15970795 – New GOV 2026

View original listing