Opportunity
SAM #19GV1026Q0013
Procurement of 3000-Liter Water Delivery Tanker-Truck for U.S. Embassy Conakry
Buyer
U.S. Embassy Conakry
Posted
May 12, 2026
Respond By
June 11, 2026
Identifier
19GV1026Q0013
NAICS
336110, 336111, 423860, 336999
The U.S. Embassy in Conakry, Guinea, is seeking quotes for a brand new, 2026 model 3000-liter water delivery tanker-truck to support embassy operations. - Government Buyer: - U.S. Department of State, United States Embassy Conakry, General Services Section - OEMs (Original Equipment Manufacturers): - Toyota (Hino 300, Dyna) - IVECO (Daily) - Equivalent brands permitted ("or equal") - Products/Services Requested: - 1 x 3000-liter water delivery tanker-truck - 2026 production year, 4x2 diesel engine, manual transmission, single cab (23 seats) - Platform: Toyota Hino 300, Toyota Dyna, IVECO Daily, or equivalent - Mild steel water tank (3,000 liters, 4mm thick, ASTM A36 or EN S235JR, NSF-61 epoxy internal coating) - PTO-driven centrifugal pump (300-500 L/min, 6-8 bar) - 30-meter hose system (EPDM/NBR liner, abrasion/weather resistant, manual hose reel, camlock fittings) - Filtration system (inlet strainer, inline filter 80-120 mesh) - Safety features (reflective markings, LED amber beacon, fire extinguisher, wheel chocks, ladder, handholds) - Documentation: English manuals, spare parts list, training on operation/maintenance - Minimum 12-month warranty and local service support - Compliance with EPA or Euro emissions standards - Spare parts availability in Guinea/West Africa required - Unique/Notable Requirements: - Delivery within 90 days of purchase order issuance to the U.S. Embassy in Conakry - Offers must address all technical requirements and provide comparative pricing for DAP and DDP Incoterms - Selection based on lowest price technically acceptable, with consideration for total cost of ownership and local support - Emphasis on local spare parts and service support - Place of Performance/Delivery: - U.S. Embassy Conakry, Transversale #2, Centre Administratif de Koloma, Commune de Ratoma, Conakry, Guinea
Description
The United States Embassy in Conakry, Guinea, intends to purchase a brand new, 3000-Liter, water delivery tanker-truck with a production year of 2026. We invite automobile dealerships and responsible vendors from the general public to send us their quotes on, or before, June 11, 2026 at 18:00 UTC + 00:00. To be considered, offers must strictly adhere to the following technical specifications and procurement requirements:
A. TECHNICAL SPECIFICATIONS: PURPOSE To procure a self-contained utility water truck capable of reliable water delivery to ground and elevated storage tanks under local operating conditions. VEHICLE CHASSIS & CAB - Drive: 4x2 minimum - Production Year: 2026, New/Never Used - Engine: Diesel - Transmission: Manual preferred - Cab: Single cab (2–3 seats) - Platform: Toyota Hino 300 / Toyota Dyna / IVECO Daily OR EQUAL - Spare parts availability in Guinea / West Africa required Justification: The preference for these platforms is based on fleet standardization, availability of spare parts in Conakry and the West Africa region, and the presence of reliable technical support. Aligning with commonly used platforms within the existing fleet improves maintenance efficiency, reduces downtime, simplifies inventory management for spare parts, and ensures faster repair turnaround through locally available expertise. WATER TANK - Capacity: 3,000 Liters (Fixed) - Material: Mild Steel only - Thickness: Minimum 4 mm - Standards: ASTM A36 or EN S235JR - Internal coating: NSF-61 epoxy, minimum 200 microns DFT - External anti-corrosion coating - Manway ≥ 400 mm - Sloped bottom and drain valve GVWR GVWR must include chassis + tank + full water load (3,000 kg). Axles, brake components, steering components, suspension components, and the overall chassis must meet or exceed the rating standards for a liquid payload of 3000 kg plus tank. Vendor must confirm compliance and provide spec sheets attesting to the technical fitness of these components and the truck as a whole. PUMP SYSTEM - PTO-driven centrifugal pump - Flow: 300–500 L/min - Pressure: 6–8 bar with gauge - Heavy-duty construction - Locally serviceable HOSE SYSTEM - Hose length: 30 meters - Net Inner Diameter: 1.5–2 inch - Inner Tube Liner: Ethylene Propylene Diene Monomer (EPDM) rubber or NBR (Nitrile) rubber; Liner thickness = 3-4mm; Smooth bore, resistant to weathering and ozone - Reinforcement Layer: High tensile synthetic textile (polyester) or steel wire helix, multiple plies (minimum 2-3 layers) or spiral wire reinforcement - Cover/Outer Layer: EPDM or SBR (Styrene-Butadiene Rubber), 2-3mm minimum thickness; Abrasion resistant, weather resistant, UV-Stabilized and oil resistant. - Temperature Range= -20°C to +70°C; Bend Radius = Maximum 200-250 mm to prevent kinking - Manual hose reel - Camlock fittings - Standards Compliance: ISO 1307; EN12115 or ISO 4079; BS 6391 FILTRATION - Inlet strainer - Inline filter (80–120 mesh) - Removable and cleanable SAFETY FEATURES - Reflective markings - LED amber beacon (12V/24V, fixed) - Fire extinguisher - Wheel chocks - Ladder and handholds DOCUMENTATION - Manuals (English) - Spare parts list - Training on operation and maintenance WARRANTY Minimum 12 months warranty and local service support INSPECTION - Remote inspection required - Final tests: leak, pump, delivery, cleaning access EMISSIONS Engine must meet EPA or Euro standards BRAND CLAUSE All brands listed as OR EQUAL per FAR 11.105
B. PROCUREMENT REQUIREMENTS Delivery must be effected within 90 days maximum after a purchase order is issued to the successful bidder. Offerors must demonstrate that they have the financial resources and logistical support necessary to respect this time limit. The delivery address is: EMBASSY OF THE UNITED STATES OF AMERICA TRANSVERSALE # 2 CENTRE ADMINISTRATIF DE KOLOMA COMMUNE DE RATOMA CONAKRY REPUBLIQUE DE GUINÉE PROCUREMENT CONTACT: FAMA MARAH: +224 629 000 534 RECEIVING CLERK: DANIEL CECE SANGBALAMOU: +224 629 000 513 Offer packages must consist of two main parts: 1. The Technical Offer, which must address the technical specifications outlined above 2. The Financial Offer, which must provide information on costs, shipping terms, estimated delivery dates, transportation and handling insurance, etc. Offers must be submitted via electronic mail to the Contracting Officer at ConakryProc@state.gov. The solicitation number 19GV1026Q0013 must be cited in the subject line of the email. For questions or clarifications, email Fama Marah – marahf@state.gov with cc to conakryproc@state.gov. You can also contact Fama Marah by phone at +224 629 000 534. Financial offers must disclose all costs associated with the provision, transportation, insurance, and delivery of the truck. Hidden or undisclosed costs will not be accepted once a purchase order is issued. Financial offers must also provide comparative pricing for DAP INCOTERMS and DDP INCOTERMS. The procurement office will compare the two and select the most competitive option. Offerors should strive to match the technical specifications exactly. Any deviations must be clearly marked as “ALTERNATIVE/SUBSTITUTE”.
C. SOURCE SELECTION CRITERIA The review standard for offers shall be Lowest Price Technically Acceptable. Offers will first be evaluated on how well they meet the technical requirements. Those that meet all requirements are considered “technically acceptable” and will proceed to price evaluation. Those that do not meet all requirements will be dismissed. Technically acceptable offers will be further analyzed using “competitive range analysis” based on market data. Offers outside this range may be dismissed or further investigated. The bid with the best value will be selected from the competitive range, balancing price and quality. Total cost of ownership, including purchase price and expected maintenance costs, will be considered.
D. APPLICABLE CLAUSES AND PROVISIONS This is a combined synopsis/solicitation for a commercial item, in accordance with FAR 12.6. This is the only solicitation; offers are requested without a separate written solicitation. The solicitation number is 19GV1026Q0013, issued as a Request for Quotation. It includes all applicable provisions and clauses in effect. Contract Clauses in addition to FAR 52.212-1, Instructions to Offerors-Commercial Items, apply. Award will be made to the lowest priced, technically acceptable offeror. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies. The following FAR clauses in paragraph (b) of FAR 52.212-5 will also apply: 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity. The following DOSAR provisions/clauses will also apply: 652.206-70, 652.214-71, 652.225-70, 652.225-71, 652.242-70, and 652.243-70. All offerors must include a completed FAR 52.212-3 with their offer. Offers are due by August 8, at 18:00. All responsible sources may submit an offer for consideration. All contractors must be registered in SAM (System for Award Management) at https://www.sam.gov prior to contract award, per FAR 52.204-7. Registration guidelines are available at https://www.statebuy.state.gov/pd/Pages/AdditionalVendorReg.aspx. Vendors should update their SAM registration to include information about using or planning to use covered telecommunications equipment from Huawei, ZTE, Hikvision, Dahua, and Hytera, or their subsidiaries or affiliates, as per recent FAR updates, especially clauses FAR 52.204-24, FAR 52.204-25, and FAR 52.204-26. E. OFFER DUE DATEOffers are due on or before June 11, 2026, at 18:00 (UTC + 00:00).