Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 25, 2023 SAM #7941
SOURCES SOUGHT

24 -- Caterpillar Compact Wheel Loader

Notice Date
8/23/2023 5:13:52 AM
 
Notice Type
Sources Sought
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q1036
 
Response Due
8/30/2023 9:00:00 AM
 
Archive Date
10/29/2023
 
Point of Contact
Tnauri Woodbridge, Contract Specialist, Phone: 203-932-5711 x2892
 
E-Mail Address
tnauri.woodbridge@va.gov
(tnauri.woodbridge@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 333924, 2420) with a size standard 900. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing Caterpillar Wheel Loader at the Brockton VAMC. per the requirements below. Refer to the Performance Work Statement below for the requested requirement description. The standard shall be of quality; meeting or exceeding those outlined in the Performance Work Statement. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 12 pm EST, August 30, 2023. All responses under this Sources Sought Notice must be emailed to Tnauri.woodbridge@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM will be ineligible to receive a government contract, should a solicitation be issued resulting from this Sources Sought. VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract, should a solicitation be issued resulting from this Sources Sought. Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #: ___________________________________________________ CAGE Code: __________________________________________________________________ Other available contract vehicles (GSA/FSS/NASA SEWP/ETC): ________________________ _____________________________________________________________________________ _____________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 PERFORMANCE WORK STATEMENT with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the PWS. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Attachment 2 DEPARTMENT OF VETERANS AFFAIRS Statement of Objectives (SOO) SCOPE OF REQUIREMENT self-propelled 907 small, wheeled front end loader The Department of Veteran Affairs, VISN 01, VA Boston Healthcare System due to numerous factors has a requirement for: used to maintain items as well as snow removal in areas in and around campus PLACE OF PERFORMANCE VA Boston Healthcare System 940 Belmont Street Brockton, MA 02301 VA Boston Healthcare System 1400 VFW Parkway West Roxbury, MA 02301 1.2 HOURS OF OPERATIONS Delivery schedule shall occur from 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Federal Holidays. EQUIPMENT: 572-7977 1 907 14A CWL AM-N 2 EA 0P-9003 2 LANE 3 ORDER 2 EA 601-2045 3 PREPARATION PKG-USA, ANSI 2 EA 581-4771 4 FAN, DEMAND, STD, PRECLEANER 2 EA 580-6299 5 WEATHER, COLD START, 120V 2 EA 607-1279 6 ENGINE, C2.8, STAGE V 2 EA 569-2570 7 FILTER, FUEL, MANUAL 2 EA 597-1179 8 TRANS 25 MPH DIFF LOCK 2 EA 598-0413 9 HYD, 3V, HIGH FLOW, STD LIFT 2 EA 557-6057 10 COUPLER, SSL 2 EA 607-6816 11 AUX, HIGH FLOW, 3 VALVE 2 EA 577-6050 12 RIDE CONTROL, STD LIFT 2 EA 573-3915 13 KICKOUT, RTD, NONE 2 EA 577-7152 14 CAB, STD, FIXED DOOR GLASS ROPS/FOPS 2 EA 580-0524 15 KEY START, PASSCODE SECURITY 2 EA 557-7161 16 MIRROR, EXT, STD 2 EA 602-2629 17 CAMERA, REAR VIEW, W/O MIRROR 2 EA 598-4911 18 STORAGE, BASE TRAY 2 EA 580-0522 19 KEYPAD 8, RIM PULL/CREEP CTL 2 EA 574-4006 20 SEAT, DELUXE PLUS, AIR, HEAT 2 EA 595-3363 21 SEAT BELT, 2"" 2 EA 587-6908 22 AIR CON, AUTO TEMP CONTROL 2 EA 612-3390 23 DOOR STOP, CAB 2 EA 577-6021 24 PRODUCT LINK, CELLULAR PL243 2 EA 331-3193 25 TIRES, 340/80 R18,FS,DURAFORCE 2 EA 577-6164 26 FENDERS, STANDARD 2 EA 580-0512 27 HITCH, REAR RETRIEVAL,ELEC OPT 2 EA 577-6969 28 HYDRAULIC OIL, STANDARD 2 EA 421-8926 29 SERIALIZED TECHNICAL MEDIA KIT 2 EA 580-0532 30 LIGHTS, CAB, STD, 4X LED 2 EA 580-0537 31 ALARM, BACK UP 2 EA 596-4178 32 DOOR SWITCH + 2X USB POWER 2 EA 581-6303 33 REAR, ELECTRICS, 13 PIN 2 EA 623-9432 34 STANDARD RADIO (12V) 2 EA OP-4299 35 PACKING, LAST MILE PROGRAM 2 EA 0P-0199 36 COMPACT WHEEL LOADER WORK TOOL 2 EA 569-6175 37 BUCKET-GP, 1.25 YD3, SSL, BOCE 2 EA 38 Dealer delivery and basic machine familiarization. One operations and maintenance manual (OMM) included with machine. 2 EA 573-3913 39 LIGHTS, ROAD, FN, HAL, RH DIP 2 EA
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/39122eed253f4f2bb21dd2c50235d949/view)
 
Place of Performance
Address: Brockton VAMC 940 Belmont Street, Brockton 02301
Zip Code: 02301
 
Record
SN06804453-F 20230825/230823230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.