Public Display Award

General Information
Award Title
Ford F-150 Hybrid Electric, 4x4
Award Description
Ford F-150 Hybrid Electric, 4x4
Date of Notice of Award
02/16/2024
Solicitation Number
Q24000754
Contract Number
C42501
Basis of Award
Adequate Competition
Contract Start Date
02/16/2024
End Date / Delivery Date
12/31/2024
Awardee
Gill Island Motors, Inc.
Method of Procurement
Small Purchase (RFQ)
Department
Land & Natural Resources
Original Award Amount
$61,900.00
Current Award Amount
$61,900.00
General Comments
Contact Person
Jason Misaki
Email
jason.c.misaki@hawaii.gov
Phone
808-295-5896
Line Items
Line Item Number
Line Item Title
Line Item Comments
Attachments
Code Table
Award By
Unit Price and Quantity
Quantity
1
Unit of Measure
EACH
Unit of Measure
EACH
Price per Unit
$61,900.00
Total Price
$61,900.00
Title
Ford F-150 Hybrid-Electric, 4x4
Description
NEW 4WD TRUCK DETAILED SPECS.
One (1) new 2024 or latest Production Model, Crew Cab Pick-Up, (1/2 ton) Class 2, Hybrid-Electric Powered, 4 Wheel Drive delivered to FOB Oahu District Office- Division of Forestry and Wildlife, State-DLNR, 2135 Makiki Heights Drive, Honolulu, HI 96822.


Ford F-150 4x4 SuperCrew Cab 6.5' box 157" WB XL or Equivalent.
Minimum Specs:
Engine: 3.5L PowerBoost Full-Hybrid V6
GVWR: 7,350 lbs Payload Package
Color: Oxford White (or equivalent)
Interior: Black w/Medium Dark Slate w/Vinyl 40/20/40 Front Seat
Equipment Packages: Equipment Group 101A Standard
Power Windows/ Locks/Keyless Entry/Seat Adjustments
Trailer Tow Package w/ Rear-View Camera, Reverse Sensors
FX4 Off-Road Package

• Electronic Locking w/3.73 Axle Ratio
• Wheels: 17" Silver Painted Aluminum
• Vinyl 40/20/40 Front Seat
• Class IV tow rating
• Overdrive transmission
• Transmission electronic control
• Stainless steel single exhaust
• Driver selectable rear locking differential
• Lead acid battery
• Auto stop-start engine
• Fuel tank capacity: 30.59 gal.
• Steering wheel mounted audio controls
• AM/FM stereo radio
• SYNC 4
• Radio data system (RDS)
• SYNC 4 external memory control
• Vehicle body length: 244"
• Axle capacity rear: 4,800 lbs.
• Axle capacity front: 4,800 lbs.
• Standard ride suspension
• Power door mirrors
• Manual folding door mirrors
• Daytime running lights
• 17 x 7.5-inch front and rear silver aluminum wheels
• P265/70RS17 AT BSW front and rear tires
• Lock-up transmission
• Alternator Amps: 200A
• All-speed ABS and driveline traction control
• Battery rating: 610CCA
• Battery run down protection
• Driver selectable drivetrain mode
• 8 inch primary LCD display
• Bluetooth wireless audio streaming
• Seek scan
• Auxiliary input jack
• Internet radio capability
• Wheelbase: 157"
• Tire/wheel capacity rear: 4,498 lbs.
• Spring rating front: 4,050 lbs.
• Trip computer
• Heated driver and passenger side door mirrors
• DRL preference setting
• Integrated Trailer Brake Controller
• Four (4) All in one Key Fob
Solicitation Attachment

Print
Amendments
Instructions
  • TRANSACTION FEES: The awarded vendor shall pay a transaction fee of 0.75% (.0075) of the award, not to exceed $5,000 for each award. This transaction fee shall be based on the original award amount and the awarded vendor shall be responsible for payment of the fee to Tyler Hawaii, the vendor administering the HIePRO. Payment must be made to Tyler Hawaii within thirty (30) days of receipt of invoice. The invoice is generated based on the date the award is posted.
  • HAWAII GENERAL EXCISE TAX (GET): Unless otherwise stated in this solicitation, vendors shall include all applicable taxes in the price submitted. The Hawaii General Excise Tax (GET) shall not exceed 4.712% for the islands of Hawaii, Kauai and Oahu and 4.166% for the island of Maui.
  • ADDITIONAL FEES AND CHARGES: Vendors shall include all applicable fees, charges, surcharges, shipping/handling, delivery, or any other charges associated with this solicitation in the price submitted.