SUBJECT*
Skid Steer Loader | 623 Tulsa
GENERAL INFORMATION
CONTRACTING OFFICE’S ZIP CODE*
95652
SOLICITATION NUMBER*
36C24W25Q0228
RESPONSE DATE/TIME/ZONE
07-02-2025 12:00pm CENTRAL TIME, CHICAGO, USA
ARCHIVE
99 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
PRODUCT SERVICE CODE*
3805
NAICS CODE*
333120
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Regional Procurement Office West (RPOW)
3237 Peacekeeper Way
Building 200 Suite 204
McClellan Park CA 95652
POINT OF CONTACT*
Contract Specialist
Robert M. Clark Jr
robert.clark15@va.gov
254-538-0487
PLACE OF PERFORMANCE
ADDRESS
Department of Veterans Affairs
Eastern Oklahoma VA Healthcare System
Tulsa Veterans Affairs Medical Center
440 S. Houston Ave
Tulsa OK
POSTAL CODE
74127
COUNTRY
USA
ADDITIONAL INFORMATION
AGENCY’S URL
http://www.va.gov
URL DESCRIPTION
Department of Veterans Affairs
AGENCY CONTACT’S EMAIL ADDRESS
robert.clark15@va.gov
EMAIL DESCRIPTION
DESCRIPTION
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.
Disclaimer
This Sources Sought is issued solely for the purpose identifying potential sources for a future requirement and does not constitute a solicitation. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. All information received in response to this notice will be treated as proprietary and will not be shared with other interested parties. Responders are solely responsible for all expenses associated with responding to this Sources Sought notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This Sources Sought Notice does not obligate the Government to award a contract.
Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
Synopsis
This is not a solicitation announcement. This is a Sources Sought synopsis only with the purpose of gaining knowledge of potential qualified sources and their size classification relative to the appropriate North American Industry Classification System (NAICS) 333120, Construction Machinery Manufacturing (Size Standard: 1,250 employees). Responses to this Sources Sought synopsis will be used by the Government to make appropriate acquisition decisions and are not considered adequate responses to a potential future solicitation announcement. After reviewing all responses to this synopsis, a solicitation announcement may be published via the Contracting Opportunities website. Responses to this Sources Sought synopsis are not considered adequate responses to the anticipated solicitation announcement. All interested offerors will have to respond to the actual solicitation announcement, in addition to responding to this Sources Sought announcement.
The Department of Veterans Affairs is requesting the following information be provided below:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Product Country of Origin:
Business Size Information - Select all that applies:
- Small Business
- Emerging Small Business
- Small Disadvantaged Business
- Certified under Section 8(a) of the Small Business Act
- HUBZone
- Woman Owned
- Certified Service-Disabled Veteran Owned Small
- Veteran Owned Small Business
- Large Business
FSS/GSA Contract Holder
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
The description of service contained herein does not constitute the complete description of the contractor’s anticipated obligations. Interested parties capable of providing the required service are asked to respond to this Sources Sought notice.
Responses to this notice should include a capabilities statement to include the following:
1. Company name, Address, Size Standard, DUNS, Cage Code, TIN
2. Point of contact (Name, Phone Number and e-Mail Address)
3. NAICS Code 333120 and Business Standard MUST be assigned to the company
4. Socioeconomic Status
5. Capabilities Statement
a. Provide proof of past performance (provide proof of contracts that you have provided and installed or of the company who will be performing the installation).
b. Proof must be provided on the specific service in request.
c. If you will NOT be performing the work, you MUST provide information on the company you intend to use. In addition, you must provide a Letter of Intent from the company you intend to use (explaining their agreement with you to perform the installations according to the solicitation), along with references of their past service installations.
d. Past performance must not be negative in any previous contracts, based on the Contract Performance Assessment System and the Contracting Officer’s knowledge of past requirements.
Responses
The government intends to award a single contract to purchase the services listed above. Responses to this notice shall be e-mailed to robert.clark15@va.gov. Subject line shall reflect “Sources Sought, 36C24W25Q0228, Skid Steer Loader/your company name". Responses must be received no later than July 02, 2025, 12:00 P.M. EST.
Responses must be received via e-mail only. Telephone, fax, or mail responses will not be accepted. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses are not a request to be added to a prospective offerors list or to receive a copy of the solicitation.
End of Document
STATEMENT OF WORK
Eastern Oklahoma VA Health Care System
Skid Steer Loader
At the new Tulsa VA Medical Center
GENERAL
PURPOSE / OBJECTIVE: Eastern Oklahoma VA Health Care System (EOVAHCS) requires a contractor for a new skid steer loader for material handling, street/sidewalk sweeping, and snow removal purposes. The contractor will be required to supply the skid steer in accordance with this Statement of Work and in a cost effective, efficient, and safe manner, in accordance with the VA Mission.
BACKGROUND: A facility in Tulsa, Oklahoma, is currently being renovated for the purpose of being used as the new Tulsa VA Medical Center (VAMC) in September 2025. The facility will need a skid steer loader delivered as soon as possible after award.
LOCATION: 440 S. Houston Ave, Tulsa, OK 74127
PERFORMANCE PERIOD/DELIVERY TIMES: Delivery schedule is November 10, 2025, and before March 29, 2026. Delivery times will be coordinated with the COR.
The contractor shall furnish all equipment, users manuals, and maintenance manuals for the specified equipment under this contract.
SCOPE: EOVAHCS requires a contractor to provide equipment that meets or exceeds the physical, functional, and performance of the listed salient characteristics in the following sections. The equipment features are essential to the technical requirements to meet the department's needs.
SALIENT CHARACTERISTICS
Contractor is required to provide the following products to the location outlined in this SOW.
Equipment:
Product Description
Quantity
Skid steer w/ cab, hydraulic quick
coupler, high flow hydraulics, and KSR
1 EA
74 Low Profile, long floor, bolt-on
cutting edge, side cutter, 19.7 cu-ft capacity
1 EA
Hose Stay for SSV/SVL mod
1 EA
Block Heater
1 EA
AT&T telematics modem
1 EA
SSV telematics harness
1 EA
SSV keyless start kit
1 EA
46 Series pallet fork, 48" width-4500lb capacity
1 EA
HB series hopper broom, 74" width
1 EA
15 Series Snow pusher, 84" width
1 EA
VA STANDARD BUSINESS HOURS AND FEDERAL HOLIDAYS
Hours: Normal duty hours are 8:00 a.m. through 4:00 p.m. for the VA and 7:00 a.m. through 5:00 p.m. for the construction site, Monday through Friday, not including federal holidays. Whenever contact with a building is required outside of normal duty hours, the Contractor shall coordinate these times with the designated COR.
New Year’s Day
January 1st
Martin Luther King’s Birthday
Third Monday in January
President’s Day
Last Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19th
Independence Day
July 4th
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veteran’s Day
November 11th
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25th
In addition to the days designated as holidays, the Government observes the following days:
- Any other day designated by Federal Statute
- Any other day designated by Executive Order
- Any other day designated by the President of the United States to be a federal holiday