Opportunity

SAM #N0018926QD083

Lease of Three 2024 Chevrolet Suburban LT AWD SUVs for Joint Staff High-Risk Personnel Transport

Buyer

NAVSUP FLC Norfolk

Posted

April 30, 2026

Respond By

April 30, 2026

Identifier

N0018926QD083

NAICS

532411, 532112

This opportunity involves a six-month lease of three specialized 2024 Chevrolet Suburban LT AWD SUVs for the Joint Staff, supporting high-risk personnel transport needs. - Government Buyer: - Department of Defense (Joint Staff, Office of the Chairman of the Joint Chiefs of Staff) - Department of the Navy (NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office) - OEM Highlight: - Chevrolet (manufacturer of Suburban LT SUVs) - Vendors: - District Fleet, LLC (sole source contractor) - Products Requested: - Three (3) 2024 Chevrolet Suburban LT AWD, full-size, four-door SUVs - Black color, V-8 gasoline engine, black leather captain's chairs (second row), third row seating - Navigation, backup cameras, four sets of keys - Equipped with specialized lighting and security equipment (LED Phantom Light, Rear Side Window R/B Lights, Star 6 Head LED Rear Light Stick, Signal LED Fender/Grille and Running Board Lights, SoundOff Signal Intersector Lights, Whalen headlight flasher, Front Grille Lights, Whalen Hand Held Controller, Additional Equipment Power relay, window tinting) - On-Star or tracking capability removed prior to issue - Services Requested: - Regular vehicle maintenance (oil changes, tire rotations) within 15 miles of the Pentagon - Licensing and registration with District of Columbia tags - Unique Requirements: - Vehicles must be identical in make and model - Contractor responsible for maintenance, licensing, and registration - Vehicles must be capable of high speeds and equipped for lights, sirens, and encrypted communication - Lease is sole source due to lack of available newer models meeting specifications - Place of Performance: - Delivery and maintenance near the Pentagon (within 15 miles) - Contracting offices in Norfolk, VA and Thurmont, MD - Period of Performance: - Six-month lease, starting May 1, 2026, ending October 31, 2026

Description

Request for Quotation N0018926QD083 Vehicle Leases for Joint Staff

The RFQ number for this announcement is N0018926QD083. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 532112 and the Small Business Standard is $41.5 million. The proposed contract is being solicited and awarded to District Fleet, LLC on a sole source basis and this RFQ is not a request for competitive quotes.

The NAVSUP Fleet Logistics Center Norfolk Contracting Department, Philadelphia Office is issuing this combined synopsis/solicitation for the Joint Staff (JS) to lease three (3) 2024 Chevrolet Suburban LT full size, four-door, AWD, SUV vehicles. The contract for this requirement will be for commercial supplies for which the Government intends to solicit and negotiate with only one source. The sole source justification for this acquisition is included as Attachment II to this combined synopsis solicitation posting. Interested persons may identify their interest and capability to respond to future similar requirements. However, this notice is not intended to be a request for competitive quotes from any source other than District Fleet, LLC. A determination by the Government not to compete this requirement was made and is entirely within the discretion of the Government. Any information received in response to this combined synopsis/solicitation notice will be considered solely for the purpose of future requirements in determining whether to conduct a competitive procurement. The Government will not pay for information submitted in the response to this notice.

In addition to the lease of three SUVs, the contract will require regular maintenance on the vehicles to include oil changes and rotation of tires, and maintenance is to occur within 15 miles of the Pentagon. Licensing and registration with District of Columbia tags are also the responsibility of the contractor. The proposed contract will have a base period of performance that is 6 months in length, beginning 1 May 2026. It is intended to award a firm-fixed price contract.

This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12 This announcement constitutes the only solicitation; a separate written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE.

The Statement of Work including the minimum vehicle specifications is included as Attachment I. Furthermore, it is intended to award a single contract as a result of this combined synopsis/solicitation with the following CLIN structure:

Base: CLIN 0001 – Vehicle Lease QTY – 3 UNIT – Each (6-month lease period upon delivery)

The Government may consider additional CLINs for vehicle registration and licensing fees depending on the format of quotes submitted.

The following FAR provisions and clauses are applicable to this procurement:

52.204-13 System for Award Management-Maintenance. (Deviation 2026-O0038) Feb 2026

52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. Jan 2017

52.222-19 Child Labor-Cooperation with Authorities and Remedies. (Deviation 2026-O0038) Mar 2026

52.222-36 Equal Opportunity for Workers with Disabilities. (Deviation 2026-O0038) Feb 2026

52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving. May 2024

52.232-33 Payment by Electronic Funds Transfer-System for Award Management. Oct 2018

52.232-40 Providing Accelerated Payments to Small Business Subcontractors. Mar 2023

52.233-3 Protest after Award. (Deviation 2026-O0038) Feb 2026

52.233-4 Applicable Law for Breach of Contract Claim. (Deviation 2026-O0038) Feb 2026

52.212-4 Terms and Conditions-Commercial Products and Commercial Services. (Deviation 2026-

O0038) Feb 2026

52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. (Deviation 2026-

O0038) Feb 2026

52.232-39 Unenforceability of Unauthorized Obligations. Jun 2013

52.222-3 Convict Labor. (Deviation 2026-O0038) Feb 2026

52.240-91 Security Prohibitions and Exclusions. (Deviation 2026-O0038) Feb 2026

52.244-6 Subcontracts for Commercial Products and Commercial Services. (Deviation 2026-

O0038) Apr 2026

52.222-90 Addressing DEI Discrimination by Federal Contractors. (Deviation 2026-O0038) Apr 2026

252.225-7048 Export-Controlled Items. Jun 2013

252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel. Jan 2023

252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems. (DEVIATION 2024-O0014) Aug 2024

252.244-7999 Subcontracts for Commercial Products or Commercial Services. (DEVIATION 2026-O0015) Feb 2026

252.203-7000 Requirements Relating to Compensation of Former DoD Officials. Sep 2011

252.203-7002 Requirement to Inform Employees of Whistleblower Rights. Dec 2022

252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. Jan 2023

252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or

Services. Jan 2023

252.232-7010 Levies on Contract Payments. Dec 2006

252.247-7023 Transportation of Supplies by Sea. Oct 2024

252.211-7003 Item Unique Identification and Valuation. (Jan 2023)

252.232-7006 Wide Area WorkFlow Payment Instructions. (Jan 2023)

View original listing