Sources Sought Announcement: This is a SOURCES SOUGHT ANNOUNCEMENT ONLY , it is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources-sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential sources capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of business, e.g. small or other, as appropriate and (i) must provide a Capability Statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below in italics.
The Long Beach VA Healthcare System (LBVAHCS) located at 5901 East 7th Street, Long Beach, CA, 90822, is seeking a qualified contractor to provide all labor, supervision, quality control, testing, materials, equipment, machines, tools, appliances, services, supplies and incidentals and of performing all operations in connection with Grounds Mechanical Equipment Preventative Maintenance Inspection (PMI) and Repair Services for the Engineering Service Equipment. The equipment will undergo PMI and shall be serviced off site at contractor facility unless contractor deems it necessary to conduct PMI and services onsite due to equipment size or serviceability.
Contractor shall deliver a written recommendation to VA Long Beach for a schedule to complete an initial inspection focusing on road/operational worthiness, operational safety and maintenance and condition of equipment. The Contractor shall assure that all trades coordinate their work with that of other trades. It is incumbent on the Contractor to provide recommendations, with supporting documentation, of required repairs to maintain the operational worthiness and safe operation of each piece of equipment.
PMI shall be considered inclusive of service which may include but is not limited to engine oil change, engine oil filter change, air filter inspection and or replacement (as required), transmission fluid/grease evaluation for change or servicing (as required), tire air pressure and service (as required), engine coolant for level, color and consistency and flush and replace (as required), brake fluid for level, color and consistency and flush and replace (as required), battery electrolyte level (as necessary) and voltage, wear points for grease by servicing through zerk fittings or bearing hand grease, etc. and or described within each manufacturer s maintenance/service manual.
Throughout the duration of the contract, equipment may be added and or removed with like items based on the needs of VA Long Beach or at the recommendation of the Contractor for equipment that has been assessed as no longer economically viable to maintain.
Equipment Safety Standard
ANSI/OPEI B71.10 2018 American National Standard for Small Off-Road Ground-Supported Outdoor Power Equipment Gasoline Fuel Systems Performance Specifications and Test Procedures
ANSI/OPEI B71.4 2017 American National Standard for Commercial Turf Care Equipment Safety Specifications ANSI/OPEI B71.7 2018 American National Standard for Powered Consumer Ram-Type Log Splitters Safety SpecificationsÂ
ANSI/OPEI B71.9 2016 American National Standard for Multipurpose Off-Highway Utility Vehicles
ANSI/OPEI Z135 2020 American National Standard for Personal Transport Vehicles Safety and Performance SpecificationsÂ
Preventive Maintenance Inspection (PMI) services may be accomplished monthly, quarterly or at the discretion of VA Long Beach based on manufactures recommendations or additional use by VA Long Beach. Inspection(s) may include but not limited to those outlined by the manufacture in its safety and operation section of the usage manuals. Contractor shall have readily available manufactures maintenance manuals for reference.
Equipment List
Model
Hydraulic ExcavatorÂ
MN:Â 35DÂ
Backhoe Loader 310K Â
MN:Â 112056Â
Boom Lift Diesel Telescopic
MN:Â 860SJÂ
Street Sweeper Elgin PelicanÂ
MN: Elgin PelicanÂ
6x4 Diesel Gator TruckÂ
MN:Â W006X4D038245Â
John Deere Tractor 1070Â
MN:Â 1070Â
Toro Ground Master 4000D/Lawn MowerÂ
MN:Â 30412Â
Toro Ground MasterÂ
MN:Â 30345Â
Toro Ground Workman HDXÂ
MN:Â 07385Â
Toro Ground Workman 3300Â
MN:Â 07362Â
Toro Ground Toro BlowerÂ
MN:Â 44535Â
RT40 Ditch WitchÂ
MN:Â RT40Â
Rake- O- Vac ToroÂ
MN:Â 07050Â
Lawn Mower Diesel RidingÂ
MN:Â 932673USÂ
Diesel Powered Cart/TractorÂ
MN:Â 07385Â
Diesel Powered Cart/TractorÂ
MN:Â 07385Â
Diesel Powered Cart/TractorÂ
MN:Â 07385Â
Hydro Tek Wash SkidÂ
MN:Â SC40005VHÂ
Hydro Loop Wastewater TreatmentÂ
MN:Â AZV55Â
Important Information: The Government is not obligated to - nor will it pay for or reimburse any costs associated with responding to this sources-sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 811310 ($8 Million).
Notice to Potential Offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Managemen (SAM). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at VetBiz Portal . All interested Offerors should submit information by e-mail: Arcelia.Medina@va.gov. All information submissions to be marked Attn: Arcelia Medina, Contract Specialist and should be received no later than 17:00 pm MST on the due date found on page 1 of this Sources Sought Notice.