Good afternoon, This is a Sources Sought announcement only. This is not a request for proposals, quotations, or bids; nor a synopsis of a proposed contract action under FAR Subpart 5.2 and no contract shall be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow-up information requests. No solicitation is currently available. See salient characteristics below. This notice is for market research purposes to gain knowledge of interest, capabilities, and qualifications of interested Small Business firms. Responses to this Sources Sought may shape the acquisition strategy in developing a competitive requirement. Not responding to this notice does not preclude participation in any future or potential solicitation. It is the intent of the VA to use the information gathered for market research purposes only. Veterans Health Administration, Regional Procurement Office West, Network Contracting Office 20, is conducting market research for a supply contract. The supply item is located at VA Southern Oregon Rehabilitation Center, White City, OR Sources are being sought for firms with a North American Industry Classification System (NAICS) code of 333112 Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing. PSC 3750- Gardening Implements and Tools. Small Business Size Standard of 1,500 Employees. Sources are highly encouraged to respond to this notice. After review of the responses to this notice, and if the Government still plans to proceed with this project, a separate pre-solicitation announcement will be published on www.SAM.gov. Responses to this announcement are not an adequate response to any future solicitation announcement. Responses are requested with the following information and shall not exceed a total of 2 (two) pages. Email subject line needs to contain the solicitation number 36C26026Q0132. Please provide the following information: 1. Contact information: Name, address, SAM.gov UEI number, and points of contact with telephone numbers and e-mail addresses. 2. Business Size/Classification (based on NAICS 33312): Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) Products: 52.225-1 Buy American-Supplies, 52.225-2 Buy American Certificate, 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act, 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate, 52.225-5 Trade Agreements, 52.225-6 Trade Agreements Certificate, 52.225-10 Notice of Buy American Requirement-Construction Materials and 52.225-9 Buy American-Construction Materials or 52.225-11 Buy American-Construction Materials under Trade Agreements 52.225-12 Notice of Buy American Requirement-Construction Materials under Trade Agreements will apply to any subsequent procurement action . Identify any supplies/products that may conflict with the Buy American requirements. Also, identify and any potential supplies/materials with long lead time estimates NO RESPONSES WILL BE ACCEPTED BY FAX. Responses will not be returned. Telephonic responses will not be honored. Please respond by email only. Send responses to the Contract Specialist, Robert B. Weeks, at robert.weeks@va.gov. Please see salient characteristics for full requirements. Please respond if you are interested by no later than 3pm PST 11/26/2025 SALIENT CHARACTERISTICS ITEM Sweeper Lawn DELIVERY LOCATION & COSTS Bldg. 225A Warehouse VA SORCC 8495 Crater Lake Hwy. White City, OR 975032 ACCESSORIES or OPTIONS All Weather ABS Operator Canopy for ROPS Hopper Dust Shield MAINTENANCE Service and/or parts available w/in 48 hours and 30 miles DIMENSIONS Height: 84 in Length: 121 in Width: 66 in Wheel Base: 70 in Capacity: 1.6 yd³ PERFORMANCE REQUIREMENTS Configuration: o Self-contained three-wheel tricycle design w/ zero turn front wheel steering o Two rear hydraulic drive wheels and rear mounted hydraulic high lift debris hopper Dump System: o Hydraulic lift to dump height of 5 ft 10 in o Hydraulic control of tailgate open / close to deposit debris into refuse containers, trailers, trucks or ground dump sites Instrumentation: Engine low oil pressure warning light, hour meter and slope meter Operator Station Controls o Single hydraulic traction pedal for forward / reverse drive o Hand operated engine RPM throttle control Hydraulic levers to lift / lower debris hopper o Open / close hopper tailgate and lift / lower debris sweeper head Safety: o Roll over protection device (ROPS) w/ seat belts o Dash mounted slope meter for safe operation on slopes or undulating terrain o Auto-deploy stabilizer pad for safe dumping of high lift debris hopper o Fire proof fuel lines & remote mounted fire extinguisher o Operator presence switch in seat for engine start Sweeper Head o 48 in swath, terrain following design supported by dual adjustable height caster wheels o Mechanical belt drive to either a rubber finger sweeping reel fitted w/ 96 flexible fingers (model AF) or a four-section nylon bristle brush sweeping reel (model AB) POWER NEEDS 18 hp gasoline engine MATERIAL and COLOR Orange & Black