SOURCES SOUGHT
23 -- New Side By Side
- Notice Date
- 11/13/2025 8:26:26 AM
- Notice Type
- Sources Sought
- NAICS
- 336999
— All Other Transportation Equipment Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
- ZIP Code
- 98661
- Solicitation Number
- 36C26026Q0134
- Response Due
- 11/26/2025 3:00:00 PM
- Archive Date
- 12/26/2025
- Point of Contact
- Robert B Weeks, Robert B. Weeks
- E-Mail Address
-
robert.weeks@va.gov
(robert.weeks@va.gov)
- Awardee
- null
- Description
- 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 336999 All Other Transportation Equipment Manufacturing. PSC 2310- Passenger Motor Vehicles Small Business Size Standard of 1000 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 36C26026Q0134. 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 336999): 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 Side By Side UTV DELIVERY LOCATION & COSTS Bldg. 225A Warehouse VA SORCC 8495 Crater Lake Hwy. White City, OR 975032 ACCESSORIES or OPTIONS Full-Size Multi-Function Cab Light for Poly Roof o Color: Black o Material: Plastic o Magnet to allow light to stick to ROPS for use as bed light Side-by-Side UTV Fire Extinguisher Holder o Color: Black o Material: Steel o Dimensions: § Length: 8 § Width: 5 § Height: 4 Side-by-Side UTV Cargomax System o Color: Black o Material: Steel o Lock & Ride Technology o Dimensions: § Length: 33 § Width: 28 § Height: 2 Side-by-Side UTV 2 3:1 Hitch w/2 Ball o Ball, pin and hook design o Durable steel construction o Rust resistant, black powdercoated finish o Removable ball o HD ¼ , pin and clip Full-Size Power Box Lift o Color: Black o Dash-mounted switch controls actuator Full-Size Glacier Pro Frame o Color: Black o Material: Steel (e-coat + powder coat) Full-Size Pro Power Controller o Controls winch and plow hydraulics from shift knob o Controls lift and angle Full-Size Power Controller Harness o Power Controller Winch Adapter o Fingertip control o Installs directly onto shift knob o Color: Black Full-Size Glacier Pro 72 Poly Blade o Color: Black o Material: Polyethylene o 72 -wide blade o Forward-angled corners o Scoop design o Rubber snow deflector o Includes replaceable metal wear bar K-WH/TR-14-BCKL BLK-TREKKER-29 o Color: Black o Material: Rubber and Aluminum o Tire Diameter: 29 o Tire Width: 10 o Wheel Diameter: 14 o Tread Depth: 11-17mm graduated o Ply Rating: 8 o Weight: 32.3 lbs o Sidewall Belts: 3 12mm Lug Nuts for Aluminum Rims (Silver) set of 16 o Color: Chrome o Material: Steel o Includes Lug Wrench Adapter that works w/ typical Lug Nut Wrenches o Dimensions: 0.88 x 0.75 o Outside Diameter: 12mm o Thread Spacing: 1.50mm INSTALLATION INFO Installation of Accessories or Options DIMENSIONS Bed Box Dimensions o Length: 36.7 (93 cm) o Width: 54.2 (138 cm) o Height: 12.5 (32 cm) Box Campacity: 1,000 lbs. (454 kg) Estimated Dry Weight: 1,995 lbs (905 kg) Fuel Capacity: 11.5 gal (43.5 L) Ground Clearance: 14 (36 cm) Hitch Type: Standard 2 (5 cm) receiver Overall Vehicle Size o Length: 120 (305 cm) o Width: 65 (165 cm) o Height: 79.5 (201 cm) Payload Capacity: 1,275 lbs. (578 kg) Person Capacity: 3 Towing Capacity: 2,500 lbs. (1,134 kg) Turning Radius: 81 (206 cm) PERFORMANCE REQUIREMENTS Cooling: Liquid Cylinders Displacement: 999 cc Drive System Type: Selectable on-demand all-wheel drive, AWD/2WD/VersaTrac Turf Mode Engine Type: 4-stroke twin cylinder DOHC Fuel System/Battery: Electronic fuel injection Horsepower: 82 hp Transmission/Final Drive: Gen 2 Automatic PVT H/L/N/R/P; shaft Front/Rear Brakes: 4-wheel hydraulic disc w/ dual-bore front and rear calipers Parking Brake: Park in-transmission Security: Manufactured anti-theft system Front Tires: 29 x 9-14; Pro Armor X Terrain Rear Tires: 29 x 11-14; Pro Armor X Terrain Tire Ply Rating: 8-ply Wheels: 14 aluminum Front Suspension: Dual A-arm, 10 (25.4 cm) travel Rear Suspension: Dual A-arm, 10 (25.4 cm) travel Cargo System: Gas-assist dump box w/ Lock & Ride accessory integration Door Type: Powered window doors Vehicle Protection: Large steel bumper, full-coverage skid plate, A-arm guards Winch: 4,500-lbs. Winch w/ synthetic rope, Auto Stop and wireless remote Lighting: Dual LED headlights, 1,250-lm low beam, 2,300lm high beam, dual LED taillights Cab Components: Factory-installed cab system w/ powered doors, roof, glass tip-out windshield, glass rear panel, rearview mirror, windshield wiper/washer, and sound insulation materials Driver Instrumentation: Dual-sweep analog dials with 4 LCD rider information center: o User selectable blue/red backlighting and brightness passcode protection o Programmable service intervals o Speedometer o Programmable speed limiting o Tachometer o Odometer o Tripmeter o Clock o Hour meter o Gear indicator o Fuel guage o Coolant temperature o Voltmeter o Service indicator and codes o Seat belt reminder Electronic Power Steering: High-output EPS Heat and/or Air Conditioning: Factory-installed heat, AC, defrost Seat Type: 3-person bolstered bench seat w/ 3-point harness and adjustable driver seat Speed Limiting: Speed limiting controlled in gauge Steering: Tilt adjustment POWER NEEDS Electrical System: 140-amp charging system, Side by Side UTV electrical system (6-position hood and 6-position roof), USB charger, 12V accessory outlet, battery trickle-charging port
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d41e3d479c8c492b845a215688a7e82e/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Southern Oregon Rehabilitation Center 8495 Crater Lake Hwy., White City 97503-3011
- Zip Code: 97503-3011
- Zip Code: 97503-3011
- Record
- SN07642018-F 20251115/251113230047 (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 |