This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The VA Phoenix requires the purchase of an Electric Utility Vehicle. VA Phoenix is located at 650 E. Indian School Rd. Phoenix, AZ.85012, is the expected place of delivery. The prospective contractor must be Brand Name Taylor-Dunn Bigfoot 3000 or Equal to the specifications provided in the Salient Characteristic document. Items requested for quote are: Salient Characteristics: Motor / Drive: Drive train Must be a 48 Volt system. Charger shall be a built-in and include any needed accessories like a charging cord. Cargo / Utility Bed: Bed Size Must be the Standard 48/54 inches x 74 inches The bed shall have easy drop-down side panels for ease of loading and unloading cargo and panels up for securing load being transported. Chassis: The Body Must be fully welded steel / metal construction. Operators Cab: Operators Cab Must be fully enclosed for the protection of occupants during poor weather conditions, rainy season and winter season. Cab features easy to remove and store doors. This feature will allow occupants some comfort during summer season. Wet Battery, 260-amp hour, T145 or equivalent Charger, Built-In, 48 Volt, 1 kW, 115 VAC / 60 Hz with Interlock (High Frequency Technology) Hydraulic Disc Brakes - 18 mph, 17 hp, 3,000 lbs. Capacity 18 Coating - Bright White WH12 Adjustable Black Dual Bucket Seats with Driver's Seat Electrical Interlock Tire, 20.5 x 8 x 10, Pneumatic, Load Range E Frame, 2-Passenger Flat Bed Controller, 48V AC, 500-amp, DC-DC Converter, Display, USB Port Econo Cab (Steel), 2 Passenger Flat Bed Doors, Removable, Black Vinyl with Windows Mirror, Center Mount Deck board - Plywood, Black, 5/8 Inch for Standard Bed 10,000 Tow Capacity This image is for example only: If you are interested and are capable of providing the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 336320? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 336320 (1000 employees). Must comply with the Buy American Act Responses to this notice shall be submitted via email to Ismael.vicente@va.gov . Telephone responses will not be accepted. Responses must be received no later than 05/29/2025 16:00 PST. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veteran