Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2026 SAM #8824
SOLICITATION NOTICE

38 -- Front End Loader

Notice Date
1/21/2026 11:10:49 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25226Q0219
 
Response Due
1/28/2026 7:00:00 AM
 
Archive Date
03/29/2026
 
Point of Contact
Jennifer Mead, Contracting Officer, Phone: 414-844-4800
 
E-Mail Address
Jennifer.Mead@va.gov
(Jennifer.Mead@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services Page 12 of 12 Page 1 of Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-06. This solicitation is Small Business Set Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 333924 Industrial Truck, Tractor, Tailer, and Stacker Machinery Manufacturing. The FSC/PSC is 3805 Earth Moving and Excavating Equipment. The Great Lakes Acquisition Center, on behalf of the Edward Hines Jr. VA Medical Center is seeking a Brand Name or Equal Front End-Loader. All interested companies shall provide quotations for the following items. Please note additional submission instruction found with the attachments of this combined synopsis / solicitation. Contractors shall provide the Edward Hines Jr., VA Hospital with a front-end loader that is able to perform the different tasks and are required on the facility, uses will be snow removal, inhouse construction, and landscaping. Brand Name Case 621G General Characteristics: Z-Bar TS T4F 4 Speed Transmission Limited Slip Differentials Cooling System w/ Reversing Fan Enhanced Cab Comfort Heated Air Seat Hydraulic Steering Joystick w/ 1 AUX Function 20.5 x 25 Tires JRB Hydraulic Coupler Cold Weather Package Standard Fender w/ LH and RH Steps Enhanced Visibility Right & Left Mirrors 2 LED Headlights Front, 2 Rear LED Work Lights Ride Control AM / FM Bluetooth Radio 2.5 cu.yd. Loader Bucket w/ Bolt on Edge Salient Characteristics: 1. Bucket Capacity: Ranges from small (less than 1 cubic yard) to large (over 10 cubic yards), depending on the application and size of the loader. 2. Lifting Capacity: The maximum weight the loader can lift, which varies widely with different models. 3. Lifting Height: Maximum height the loader can reach, important for loading materials into high trucks or containers. 4. Engine Power: Measured in horsepower, it dictates the loader's capability to handle heavy loads; powerful diesel engines are common. 5. Hydraulic System: Essential for operating lift arms and attachments, crucial for precision and efficiency. 6. Drive System: o It can be either four-wheel drive or tracked, affecting mobility and stability on different terrains. 7. Articulated Steering: o Enhances maneuverability, allowing loaders to operate in tight spaces with greater ease. 8. Operator Cab: o Enclosed cabs with climate control and ergonomic seating for operator s comfort and safety. 9. Versatility of Attachments: o Compatibility with various attachments such as forks, grapples, and rakes, increasing the range of tasks the loader can perform. 10. Durability: o Robust construction to withstand heavy usage and harsh environments, often featuring reinforced components. 11. Safety Features: o Includes rollover protection structure (ROPS), seat belts, backup alarms, and sometimes cameras for enhanced visibility and operator safety. 12. Control Systems: o Modern loaders may feature advanced electronic controls, joysticks, and automation to improve operation efficiency and ease of use. 13. Fuel Efficiency: o Designs often emphasize fuel economy to reduce operational cos Period of Performance Contractor must specify ARO Days Place of Delivery Edward Hines Jr. VA Medical Center 5000 South 5th Avenue Hines, IL 60141 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (OCT 2025) - Refer to Attachment 1 ADDENDUM to FAR 52.212-1 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-52#FAR_52_252_1 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.212-2, Evaluation-Commercial Products and Commercial Services (DEVIATION OCT 2025) FAR 52.204-7, System for Award Management (Deviation NOV 2025) FAR 52.225-2 Buy American Certificate (OCT 2022) Refer to Attachment FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) VAAR 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.273-70 Late Offers (NOV 2021) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Deviation AUG 2025) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part 52#FAR_52_252_2 (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) FAR 52.203-17, Contractor Employee Whistleblower Rights. (NOV 2023) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.(JAN 2017) FAR 52.204-13, System for Award Management Maintenance (DEVIATION NOV 2025) FAR 52.222-3 Convict Labor.(JUN 2003) FAR 52.222-19 Equal Opportunity for Veterans.(DEVIATION DATE) FAR 52.222-36 Equal Opportunity for Workers with Disabilities.(DEVIATION DATE) FAR 52.225-50 Combating Trafficking in Persons.(DEVIATION OCT 2025) FAR 52.225-1 Buy American-Supplies ((DEVIATION NOV 2025) FAR 52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving.(MAY 2024) FAR 52.229-12 Tax on Certain Foreign Procurements.(DEVIATION SEP 2025)[Solicitations that contain FAR 52.232-34 Payment by Electronic Funds Transfer-System for Award Management.(OCT 2018) FAR 52.233-3 Protest after Award.(DEVIATION NOV 2025) FAR 52.233-4 Applicable Law for Breach of Contract Claim.(DEVIATION NOV 2025) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.222-71 Compliance with Executive Order 13899(DEVIATION)(APR 2025) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71 Administrative Contracting Officer (OCT 2020) VAAR 852.246-71 Rejected Goods (OCT 2018) All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor, or reseller. Authorization letter or other documentation from the OEM for the or equal product. A completed copy of certificate of compliance for supplies and products at Veterans Affairs Acquisition Regulation (VAAR) 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products Statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. All quotes shall be sent by Email to the GLAC, Contract Specialist Jennifer Mead at Jennifer.Mead@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 12. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price Discount, if available Technical Veterans Involvement The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 10:00 a.m. Central Standard Time on January 28, 2026. Responses should be sent to the contract specialist Jennifer Mead at Jennifer.Mead@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Jennifer Mead Contracting Officer Network Contracting Office 12 Jennifer.Mead@va.gov. Attachments: FAR 52.212-1 - Instructions to Offerors FAR 52.212-2 Evaluation of Offerors FAR 52.225-1 Buy American Certificate
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/3124520a116a4e3882e72a4a02c0bc91/view)
 
Record
SN07692485-F 20260123/260121230033 (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!  © 1994-2026, Loren Data Corp.