This is a Sources Sought Notice (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by Network Contracting Office 2 (NCO 2) for the purpose of collecting information on leasing a refrigerated food truck for the NY Harbor Healthcare System St. Albans Campus. The VA is seeking to provide for this requirement as of 1/1/2026 to establish a new service. The NAICS code identified for this requirement is 532120 Truck, Utility, Trailer, and RV (Recreational Vehicle) Rental and Leasing. The requirement is detailed in the Statement of Work section of this document. (e) Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to leia.labruna@va.gov by Friday, November 7, 2025 by 2:00PM EST. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. If contractor is a Service-Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), or any other special category of contractors, then contractor is responsible for providing documentation in support of this. This information will be used to determine the viability of a set aside for this requirement. If any of the requested information is not supplied with the package, this may result in the contractor not being considered in the Government s Procurement Strategy. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent points of contact for company, socioeconomic verification in SAM and SBA, as well as for any intended subcontractors. - Contractor shall provide 2 to 3 instances of experience which demonstrate that they are a firm regularly engaged in this type of work, to include subcontractors for those jobs. - Contractor shall provide a listing of any teaming agreements they intend to employ in the performance of this requirement if awarded. - Contractor shall supply proof of any applicable certification or training required to meet the regulatory requirements, if applicable. STATEMENT OF WORK Background The purpose of this Statement of Work is to outline the requirements, responsibilities, and deliverables for leasing a refrigerated food truck that will be used to deliver pre-prepared meals to veteran patients across VA NY Harbor Medical Centers sites. The objective is to ensure timely, safe, and temperature-controlled transportation of meals to maintain food quality and health compliance. New York Harbor Commissary provides 600 meals per day to two New York Harbor facilities, Brooklyn VA medical center and St. Albans Community Living Center. Truck delivers meals to Brooklyn VA on Tuesday and Thursday, 52 weeks per year regardless of weather conditions. Truck is loaded at St. Albans, NY at 6 a.m. and deliveries start at 7 a.m. Objectives The contractor shall provide one fully functional refrigerated food truck and associated services required for food delivery operations. The truck will deliver meals to all VA NY Harbor Healthcare System sites. Service shall include daily routes, refrigeration maintenance, and compliance with all applicable health and safety regulations. Truck must be reliable to make these trips daily and not be out of service. Meals delivered are closed to times needed to plate and serve. Loss of vehicle for various reasons could impact the meal services to the veterans. Period of Performance Base period: 1/1/2026-3/31/2026 Option 1: 4/1/2026-6/30/2026 Option 2: 7/1/2026-9/30/2026 Option 3: 10/1/2026-12/31/2026 Place of Performance Vehicle will be expected to be delivered to 179th Street and Linden Blvd, St. Albans, New York 11425 and picked up from this address for service. Scope of Services Refrigerated box truck with a minimum cargo capacity of 29,000-33,000 lbs. Temperature control capable of maintaining 35°F to 40°F for chilled food and below 0°F for frozen food. Vehicle must meet Department of Transportation (DOT) and Food and Drug Administration (FDA) transport standards. GPS tracking, clean interior, and easy-to-sanitize surfaces required. Lift-Gate Tuck-a-way lift gate; 2500lb. capacity, 72 inches X 35 inches with 5-inch ramp. Payload Capacity Payload capacity of the 16-foot truck is approximately 7,000 pounds. Legal and Safety Requirement Directional signals with emergency flasher. Two West Coast Mirrors. ICC running lights. Reflectors. Mud Flaps. Triangle Markers. (2) FIRE Extinguishers. (2) Shoulder seat belts for both Driver and Passenger. Lockable rear doors and lifting gates. Service Requirements Immediate pick-up of trucks for in-shop monthly maintenance service from the VA parking lot at St. Albans CLC by vendors drivers, no lost time by VA employee can be allowed. Replacement truck meets specifications of truck taken out of service and is returned to loading docks by 5 a.m. Within 1 hour, 24/5 start up service from the VA Commissary loading docks where trucks are parked overnight for loading. Within 2 hours for breakdowns on the road to include a refrigerated replacement truck capable of transferring large food carts and delivery of those carts to the intended hospital within the expected time frame of the broken-down truck. Driver of replacement truck must be willing to continue route and deliver food to hospital loading docks. A replacement refrigerated truck of the same size and specifications delivered to the VA Commissary loading docks for the vehicle which cannot be serviced and returned by 6 a.m. next day. Vendor s maintenance garage must be whining 10 minutes driving time from VA loading docks to meet contract requirements. Truck washing facility must be available for 8 hours a day between Monday and Friday and be no longer of a drive than 10 minutes from VA loading docks. Provide snow rated tires from Nov. 1st through March 30th on the truck. Provide a preventative maintenance program; every three months or 5000-mile intervals, whichever comes first. REPLACEMENT unit of same specifications will be provided at no additional charge. Complete maintenance including parts and labor. Lubrication, oil changes and winterization of all trucks and replacement. Unlimited tire repairs and replacement in the field or shops. Towing services to the repair facility at no charge. 24-hour Emergency Road Service in the tri-state area. Training of drivers on preventive maintenance and truck safety yearly. Facility for repairing any damage occurring to vehicles at own facilities. Security Considerations Vehicles drivers will be expected to have proper ID to enter Federal Property. Insurance Insurance will be provided by the Veterans Affairs Administration.