VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
2320--utility Task Vehicle (utv)
Description
This Request For Information (rfi) / Sources Sought Notice Is Issued Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 336110 (size Standard Of 1,500 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Is Seeking Sources Capable Of Providing Utility Task Vehicles Equivalent To Kubota, Part# Rtv-x1100cwl-h. statement Of Work general: va Prescott Healthcare System Located At 6500 N. Hwy 89 Prescott Az, 86313 Has A Requirement For Four (4) Utility Task Vehicles Equivalent To Kubota, Part# Rtv-x1100cwl-h With Following Required Salient Characteristics. Va Facilities Management Service Is Requesting A Replacement Purchase For Its Current Outdated And Higher Mileage Utvs. The Service Line Is Seeking The Purchase Of Newly Designed Utvs To Support Facilities Maintenance And Ground Operations And Will Be Used For Transporting Tools, Equipment, And Staff As Needed To Various Locations During Daily Operations. scope: va Prescott Healthcare System Logistics Department Is Looking To Establish A Fixed-price Contract To Purchase Four Utility Task Vehicles. The Contractor Is Required To Provide Brand Name Or Equal Equipment That Meets Or Exceed The Physical, Functional, And Performance Of The Listed Salient Characteristics In This Section. Additionally, Equipment Must Be Fully Built Along With Installation Of Additional Parts Listed, And Fully Operational Condition Upon Receiving. salient Charactersitics: utility Task Vehicle Must Have The Following Physical Salient Characteristics: must Come With A Cargo Bed Box For Storing Tools And Other Essential Equipment. must Be Diesel Powered Engine For Longevity, Fuel Efficiency, And Increased Torque. must Have A Variable Hydrostatic Transmission For Smooth And Responsive Operating And Greater Durability. must Have A Minimum Of 24 Horsepower To Provide Access To Tighter Areas While Maintaining Adequate Of Power. must Be A Standard 4wd (four-wheel Drive) To Safely Operate Across Various Landscapes. must Have Hydraulic Power Steering For Easy Maneuvering And Steering Of Wheels. must Have Liquid Cooling To Allow For Higher Temperatures Without Overheating Vehicle. must Have Wet Disk Brakes For Smooth Activation And Longer Life Span. must Have Front And Rear Interchangeable Disk Brakes. must Be Able To Sit A Minimum Of 2 Individuals. must Have Headlights, Taillights, And Rear Work Lights To Be Able To Distinguish Vehicle In Low Lighting Conditions. must Come With An Enclosed Roof Top. must Come With A Minimum Of 2 Fully Enclosed Side Doors With Adjustable Windows. must Have A Front Windshield With Operational Windshield Wiper And Washer. must Come With Side Mirrors, Rear-view Mirror, And Rear Glass Panel That Can Provide A Full View Of The Bed Area. must Have The Ability To Heat And Defrost Vehicle Using A Variable Fan Or Comparable Feature For User Comfortability. must Have "work Site" Tires With A Minimum Of A 6-ply Rating To Avoid Damage The Ground's Features. must Come With Turn Signals And Hazard Lighting To Alert Pedestrians. must Have Hitch Towing Minimum Capacity Of At Least 1,300 Lbs With A Maximum Payload Capacity Of 1,629 Lbs. must Come With A Latched Tailgate To Support And Secure Tailgate For Loading Of Heavy Equipment. must Have Roll Over Protective Structure (rops) To Provide Proper Safety For Users. warranty Of Equipment: Government Requirement For Standard Manufacturer Industry Warranty Term. The Government Does Not Accept Extended Warranties, Which Require Advance Payment. place Of Performance: va Prescott Healthcare System 500 N. State Highway 89, prescott, Az 86313 the List Of Utility Task Vehicle Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Incomplete Responses To The Questions Below Will Not Be Accepted. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Melissa.ramirez8@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Wednesday, February 19th, 2025, By 10:00 Am Pacific Local Time. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Contact
Tender Id
36C26225Q0475Tender No
36C26225Q0475Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov