Skip to main content

An official website of the United States government

You have 2 new alerts

3805--Mini Excavator

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Feb 01, 2024 08:23 am PST
  • Original Response Date: Feb 09, 2024 03:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 3805 - EARTH MOVING AND EXCAVATING EQUIPMENT
  • NAICS Code:
    • 333924 - Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Boise VA Medical Center Boise , ID 83702
    USA

Description

Mini Excavator 2 Radiation dosimetry - Western States Network Consortium (WSNC) medical facilities 1 This is a request for information (RFI) for market research purposes only to determine the availability of potential businesses with capabilities to provide the supplies described below. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this RFI notice must be in writing. QTY-1 Mini Excavator, tractor Proposed NAICS Code: 333924 Proposed PSC: 3805 Equipment Materials & Specifications Brand Name or Equal to Cat 305 CR Mini Excavator Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 09 February at 15:00 PST. Potential contractors shall provide, at a minimum, the following information to Derek Crockett at Derek.Crockett@va.gov 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program and the anticipated North American Industry Classification System (NAICS) code. [ ] 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) 3.) Are you a manufacturer? And/or what brands/OEM manufacturers of Mini Excavators or tractors can your company provide (please provide OEM Materials and Specifications sheets)? 4) Are you an authorized distributor of specific OEMs and do you have a Letter Authorization from the OEM? 5.) Do you have any existing contract vehicles established with the Government for any proposed equipment (GSA MAS, FSS, ect)? 6.) Can you verifty the country of orign for all components of any equipment proposed? 7.) What warranty terms and warranty periods are covered in sale of your equipment? 8.) Can you provide FOB Destination to the Boise VAMC and what are you estimated lead times from point of sale to delivery? Additional Salient Characteristics are as follows: Salient Characteristics Brand Name or Equal to Cat 305 CR Mini Excavator This excavator will be used to perform underground maintenance items. The excavator to perform underground maintenance and repair to Geo heating system, electrical, domestic water, irrigation and grounds maintenance items. Space requirement for product: Height=100.4 Width= 78 Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. 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.

Contact Information

Contracting Office Address

  • 1601 E Fourth Plain Blvd Bldg 17 Suite B428
  • VANCOUVER , WA 98661
  • USA

Primary Point of Contact

Secondary Point of Contact





History