2305--Taylor Dunn BIGFOOT
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) is conducting a Request for Information (RFI) / Sources Sought to identify qualified sources capable of providing two (2) electric utility carts for the VA Greater Los Angeles Healthcare System. This RFI is for market research and planning purposes only, not a solicitation. Responses are due March 9, 2026, by 15:00 PST.
Scope of Work
The VA seeks two new electric utility carts, specifically Taylor-Dunn Bigfoot S, Electric Burden Carrier models, to support material transport operations. Key specifications include:
- Type: Two-passenger, flatbed electric utility vehicles.
- Battery: Sealed AGM, minimum 224 amp-hour capacity, with compatible 36-volt charger.
- Capacity: Minimum 2,000-pound cargo capacity.
- Cargo Bed: Standard flatbed with seven-inch stake sides, in-gate, deck rails, and plywood deck board with black coating.
- Exterior: Bright White coating, left and right side mirrors.
- Delivery: Inside delivery, fully assembled, operational, batteries installed and charged, with manuals provided. Installation is not required.
- Performance: 180 days After Receipt of Order (ARO).
- Delivery Location: VA Greater Los Angeles Healthcare System, 11301 Wilshire Boulevard, Los Angeles, CA 90073 (FOB Destination).
Contract & Timeline
- Type: Sources Sought / RFI (Presolicitation)
- NAICS: 336211 (Size Standard: 1000 Employees)
- Set-Aside: None specified (market research to inform future acquisition decisions)
- Response Due: March 9, 2026, 15:00 PST
- Published: February 26, 2026
Submission Requirements
Interested vendors should submit a capabilities statement addressing how they meet the draft characteristics, provide feedback on the requirements, and indicate their business size status (e.g., SDVOSB, VOSB, WOSB, Large Business) under NAICS 336211. Submissions should also include information on manufacturer/distributor status, COTS compliance, Buy American Act conformity, lead times, estimated lifespan, leasing solutions, existing Federal Government contracts, general pricing (for market research), and SAM.gov Unique Entity ID/Cage Code. Responses must be emailed to victor.oliveros@va.gov.
Additional Notes
This RFI is solely for information and planning purposes and does not constitute a solicitation. Responses are not offers and cannot form a binding contract. All information marked proprietary will be handled accordingly. Responders are responsible for all associated costs.