Federal Contract Opportunity

Last Updated on 01 Jul 2025 at 2 PM
Solicitation
Albuquerque New mexico

Diesel Utility Vehicle

Details

Solicitation ID 36C26225Q1103
Posted Date 01 Jul 2025 at 2 PM
Response Date 09 Jul 2025 at 10 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 262-network Contract Office 22 (36c262)
Agency Department Of Veterans Affairs
Location Albuquerque New mexico United states 87108

Possible Bidders

Miscellaneous Foreign Contractors

Frankfurt am main Isando Washington Arlington

Miscellaneous Foreign Awardees

Ciudad de mexico Toronto, ontario Bertrange Arlington Madrid Washington St lo Kampala

Ford Motor Company

Pleasanton Livonia Allen park Dearborn Detroit Washington

Ean Holdings Limited Liability Company

Renton San antonio Honolulu Edmond Albuquerque Cincinnati Scott depot Metairie Oklahoma city Dallas Houston Louisville Tualatin Saint louis Franklin Irving Austin

Sign up to access Documents

Signup now

THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED  SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION.
SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER
This RFI is issued solely for information and planning purposes and does not constitute a solicitation.  All information received in response to this RFI that is marked as proprietary will be handled accordingly.  IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT/RFI DESCRIPTION
This is NOT a solicitation announcement.  This is a Sources Sought Notice / RFI only.  The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 336110 (size standard of 1500 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions.  After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published.  
The Department of Veterans Affairs (VA) is seeking sources capable of providing Fuel Polishing System 
STATEMENT OF WORK

Background:  
1.    NMVAHCS, 1501 San Pedro Dr. SE, Albuquerque, NM 87108 is seeking a contractor to supply Kubota: RTV-1100CRL-A Closed Cab. The prospective contractor must be Brand Name or Equal to Kubota

Characteristics:
Essential Characteristics:
•    3 Cyl. 68.5 cu in
•    +23.3 Gross Eng HP
•    75 Amp Alternator 
•    Limited-slip Front Differential
•    Rear differential lock 
•    Hydrostatic Power Steering
•    with manual tilt-feature
•    Hydraulic Cargo Dump
•    Hydraulic Oil Cooler 
•    Cargo Box Width 57.7in, Length 40.5 in, Depth 11.2 in, Load Capacity 1102 lbs,Vol. Capacity 15.2 cu ft Quick attach system on boom
•    Factory Cab with A/C, Heater, Defroster
•    Digital multi-meter
•    Fully opening roll-downside windows
•    Pre-wired w/ speakers/antenna for stereo
•    Front Independent Adjustable Suspension
•    Rear Independent Adjustable Suspension
•    Brakes - Front/Rear Wet Disc
•    Rear Brake Lights / Front Headlights
•    2” Hitch Receiver, Front and Rear
•    Deluxe 60/40 split bench seats
•    with driver's side seat adjustment
•    Under seat Storage Compartments
•    Deluxe Front Guard
•    (radiator guard, bumper, and lens guard) Self-leveling fork frame on boom
•    SAE J2194 & OSHA 1928 ROPS
•    Horn
•    Dash-mounted Parking Brake
•    Spark Arrestor Muffler
•    Retractable 2-point Seat Belts 
•    Width 63.2 in
•    Height 79.5 in
•    Length 120.3 in
•    Wheelbase 80.5 in
•    Tow Capacity 1300 lbs
•    Ground Clearance 10.4 in
•    Suspension Travel 8 in
•    Turning Radius 


.

NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are “or equal”, a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. It is offeror’s responsibility to demonstrate its offer meeting the salient physical, and functional characteristics included in this solicitation. If the offer does NOT demonstrate, the offer will be considered non-responsive. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can satisfy the requirement by providing the brand name or equal to the supplies being requested.

1.    Schedule:
a.    All services will be performed during normal business hours unless requested and approved by the Contracting Officer Representative. Normal business hours for delivery are Monday through Friday, 8:00 am - 4:30 pm, excluding federal holidays.
b.    Federal Holidays observed by the VAMC are: 
New Years Day   
Labor Day       
Martin Luther King Day 
Columbus Day
President’s Day
Veterans Day
Memorial Day 
Juneteenth Day 
Christmas Day  
Thanksgiving Day 
Independence Day 
And any other day specifically declared by the President of the United States to be a national holiday. 
             
2.    Place of Performance: 
VA New Mexico Healthcare System 1501 San Pedro Dr. SE, Albuquerque, NM 87108

The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. 
If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:  
(1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SALIENT CHARACTERISTICS requirements.  For instances where your company cannot meet the SALIENT CHARACTERISTICS requirement(s), please explain.  For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement.  
(2) Please review the list of SALIENT CHARACTERISTICS requirements and provide any additional feedback or suggestions.  If none, please reply as N/A.
(3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(4) Is your company considered small under the NAICS code identified in this RFI?
(5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list SALIENT CHARACTERISTICS?
(6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available).
(7) If you’re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified.
(8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? 
(9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items?
(10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? 
(11) Please indicate whether your product conforms to the requirements of the Buy American Act?
(12) What is your lead time to deliver a single unit with all components?  Is there scale in lead time with greater quantities? Please elaborate.
(13) What is estimated life span of your solution?  What support/services does that entail?
(14) Does your proposed equipment have FDA clearance?  Please specify what FDA clearance(s) have been obtained.
(15) Does your organization offer a leasing solution?  Please elaborate.
(16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s).
(17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract.
(18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(19) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to [email protected] . Telephone responses will not be accepted.  Responses must be received no later than, July 9, 2025, by 15:00  Pacific Local Time.  
All responses to this Sources Sought/RFI will be used for planning purposes only.  Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.  If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement. 


 

Similar Opportunities

Location Unknown 07 Jul 2025 at 8 PM
Location Unknown 16 Dec 2025 at 10 PM
Location Unknown 25 Jul 2025 at 9 PM
Location Unknown 30 Sep 2025 at 4 AM (estimated)
Location Unknown 15 Jul 2025 at 9 PM

Similar Awards

Jacksonville Florida Not Specified
Location Unknown 28 Jan 2011 at 3 PM
White city Oregon 30 Jan 2020 at 8 PM
White city Oregon 14 Jan 2020 at 4 PM
Location Unknown 02 Oct 2018 at 2 PM