2310--Passenger Van/Shuttle Electric Vehicle

SOL #: 36C24526Q0199Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Clarksburg, WV

NAICS

Automobile and Light Duty Motor Vehicle Manufacturing (336110)

PSC

Passenger Motor Vehicles (2310)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 30, 2025
2
Response Deadline
Jan 9, 2026, 5:00 PM

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.

Sources Sought Notice

Sources Sought Notice

Sources Sought Notice

*= Required Field

Sources Sought Notice

RFI: 36C24526Q0199

Passenger Van Shuttle Electric Vehicle

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION.

THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).

DISCLAIMER

This RFI is issued solely for information and planning purposes only 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/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 336110 (size standard of 1500 Employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 5 Martinsburg Network Contracting Office, is seeking sources who can possibly provide a Lithium Passenger Vehicle for the Louis A. Johnson VA Medical Center.

Salient Characterics:

Model: Lithium Passenger Van

Transmission: Automatic

Windows & Locks: Power

Wipers: Windshield and Rear

Air Conditioning: Heat and cold. Ability to defog the front and rear windshield is required.

Mirrors: Side and rear-view mirrors

Lighting: Headlights. Front and Rear: Running, turn signal and reverse lights

Safety: Seatbelts and (1) spare tire

Floors: Rubber

Seating: Power

Capacity: At a minimum, the vehicle must be able to seat one driver and three passengers

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.

If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as 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) 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.)?

(2) Is your company considered small under the NAICS code identified in this RFI?

(3) Are you the manufacturer or an authorized distributor?

(4) 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).

(5) 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?

(6) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in FAR 19.505? Specifically, what percentage of the work will be performed by your company versus subcontractors?

(7) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items

(8) 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? Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice?

(9) Please indicate whether your product conforms to the requirements of the Buy American Act?

(10) Please complete FAR 52.225-2 below.

(11) 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).

(12) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.

(13) Please submit your capabilities statement.

(14) Please provide your SAM.gov Unique Entity ID/Cage Code number.

Responses to this notice shall be submitted via email to Robin.McDonald3@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, January 09, 2026 by 12:00 PM EST.

All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement.

Responses to this Sources Sought/RFI notice are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.

People

Points of Contact

Robin McDonaldContracting OfficerPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Sources Sought
Posted: Dec 30, 2025
2310--Passenger Van/Shuttle Electric Vehicle | GovScope