California Bids > Bid Detail

2320--Purchase of three (3) Workman HDX-D 4WD or Equal

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 23 - Ground Effect Vehicles, Motor Vehicles, Trailers, and Cycles
Opps ID: NBD00159751529213257
Posted Date: Mar 8, 2023
Due Date: Mar 14, 2023
Solicitation No: 36C26223Q0673
Source: https://sam.gov/opp/9442e553ef...
Follow
2320--Purchase of three (3) Workman HDX-D 4WD or Equal
Active
Contract Opportunity
Notice ID
36C26223Q0673
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 07, 2023 06:32 pm PST
  • Original Response Date: Mar 14, 2023 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2320 - TRUCKS AND TRUCK TRACTORS, WHEELED
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Department Of Veterans Affairs VA Long Berach Helathcare Systems Long Beach , CA 90822
Description
Sources Sought Synopsis Only

I. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, veteran owned small business (VOSB), service disabled veteran owned small business (SDVOSB), or large business) relative to NAICS 333924. Note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the project, VA will set aside the underlying solicitation per 38 U.S.C. §8127.Â

II. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on SAM, and/or GSA eBuy. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement.

III. General Requirements: The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, VA Long Beach Healthcare System is seeking sources that can provide three (3) utility vehicles, brand name Workman HDX or equal that meets the below salient characteristics.

IV. SALIENT CHARACTERISTICS:
WORKMAN AUTO HDX MODEL (1 )07390/07390TC
Gas carrier Landscape utility vehicle purchased for VA Long Beach Engineering/Grounds shop must have the following salient characteristics:

Engine must be 28hp, Kohler LH775 Twin-cylinder, Liquid-cooled electronic fuel injection.
Displacement must not exceed 747cc
The Landscape utility Vehicle must run on regular gasoline fuel only with no exception.
The cooling liquid must be only manufacture recommendation.
Transmission must have variable speed transmission with forward high-low range and reverse featuring Toro Speed Contr' TM.
Maximum Payload capacity allowable speed for Landscape Utility Vehicle shall not exceed forward low range 11 mph/forward high range 20 mph and Reverse 13 mph.
4WD Model fully automatic on-demand system. Uses dual clutches. In event of rear tire slippage, clutches transmit power proportionally to front wheel with highest traction.
Maximum machine weight to includes bed capacity must not exceed 1,935 lbs.
Maximum allowable load capacity for Landscape Utility Vehicle 4WD must not exceed 3.265Ib including two 200Ib Passengers.
The Landscape Utility Vehicle Cargo Bed Capacity must assume two 200lb passengers and weight no more than 2.865 lbs.
The Landscape Utility Vehicle length must have a 130" (330cm) with bed.
The Landscape Utility Vehicle width must be 64.7" (164.3 cm)
The Landscape Utility Vehicle height must be 75.8" (192.5 cm) to top of ROPS
Clearance Circle of vehicle must be 4WD inside= 100" (254 cm); Outside = 300" (726 cm)
Ground Clearance must be 7" (18 cm) with no load.
Landscape Utility Vehicle must come with Differential Lock Electronic switch to engage rear differential lock.
Must have Front independent suspension with dual A-frame control arms, dual coil springs and dual shock absorbers with anti-sway bar. Provides 5.75 (14.6 cm) travel.
The Landscape Utility Vehicle brakes must have 4 wheels hydraulic disc brake system.
Vehicle must be Certified to meet SAE J2258. Certified to meet ISO/DIS 21299 for ROPS. Engine meets all applicable emission standards per the manufacture. Certified to meet the CE Machinery Directive.
The vehicle must come with a two-year limited warranty.
Tow Hitch must have a 600lbs tongue weight, 3500Ibs trailer weight
Hard Cab. The vehicle must have a Deluxe hard cab, ROPS and CE certified. Vented front glass windshield, interior dome light and a 2-speed windshield wiper and mirrors.
Cab sliding Window Door. Vehicle must have a Door kit for deluxe hard cab. Operator door has a sliding window for ventilation and ability to access exterior elements such as an identification badge security entry. Passenger door has solid window.
Cab Rear View Mirror kit: The vehicle must come with a cab rear view mirror kit, Wide Angle Interior Mirror.
Brake & Signal Kit. The brakes and signal kit must have turn signal lights for both corners in the front and rear of vehicle and brighter beam headlights.
The vehicle must have a Work light kit which consists of (2) front facing and 1 rear facing work lights all mounted on top of ROPS bar.
Rear PTO Kit. Must have a rear mounted, 540 RPS, PTO shaft mechanically driven by transaxle.
Required to have a Heater kit for use with cab. Adjustable temperature and 2-speed fan.
Back Up Alarm Kit. Provides an audible alarm when vehicle is in reverse.
The vehicle must come with 12v horn kit. (133-3026)
The vehicle must come with Trash Can Rack. (07028).
The vehicle must have a working Wash Bottle. (130-5615).
The vehicle must have Exterior Mirrors for safety reason.130-5448).
The vehicle must come with Bucket Seat Kit. (07144)
The vehicle must come with Beacon Light Kit. (130-5484
The vehicle must come with LED Work Light Kit. (130-5485).
V. DELIVERY AND INSTALLATION:
Delivery shall be included in the pricing.
Vendor must be capable of offloading the equipment from the truck, moving the equipment to the correct delivery location in the space, uncrating or unboxing the equipment then removing all trash, and setting up the equipment according to the manufacturer`s specification followed by testing the equipment to verify that it is operational. Equipment installation paperwork & warranty information must be handed to the approved government contact onsite.
Hours of Coverage: Normal delivery hours are Monday through Friday from 7:30 am to 3:00 pm local time. Deliveries must occur during normal delivery hours.
Federal Holidays observed are:

New Year s Day
January 1st
Martin Luther King s Birthday
Third Monday in January
President s Day
Last Monday in January
Memorial Day
Last Monday in January
Juneteenth
June 19th
Independence Day
July 4th
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veteran s Day
November 11th
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25th

VI. This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources only and a solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Inquiries will only be accepted in writing via email to david.odne@va.gov No later than 3/14/2023 by 11:00 AM Pacific Time.
VII. In response to this announcement, please complete the information below:

Company:
Address:
Contact Name:
Phone No:
Email:
DUNS:

Business size information
Select all that applies:

Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HubZone
Woman Owned
Certified Service-Disabled Veteran Owned Small in Vetbiz.gov
Certified Veteran Owned Small Business in Vetbiz.gov
Large Business
Other:____________
FSS/ GSA Contract Holder
Yes No
FSS/ GSA Contract Number

Effective Date / Expiration Date
Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.
Not applicable

List:
Attachments/Links
Attachments
Document File Size Access Updated Date
36C26223Q0673.docx (opens in new window)
27 KB
Public
Mar 07, 2023
file uploads

Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 07, 2023 06:32 pm PSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >