3805--Front End Loader Hot Springs VAMC
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), specifically the Hot Springs VAMC, is soliciting quotes for the supply of a Front End Loader. This is a Firm Fixed Price acquisition conducted under FAR Part 12 for commercial products and services. The opportunity is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Technical questions are due by May 8, 2026, and quotes are due by May 15, 2026.
Scope of Work
The VA requires one (1) replacement Front End Loader, brand name or equal to a Caterpillar Model 906. The vendor will be responsible for procurement, delivery, offloading, moving to location, uncrating, setup, and testing of the equipment at the Hot Springs VAMC, Building 30, 500 North 5th St, Hot Springs, SD 57747. Delivery is expected between June 30, 2026, and June 29, 2027, on an FOB – Destination basis. Delivery must be coordinated with VA Logistics Warehouse during specified hours (Monday-Friday, 0800-1530, excluding Federal Holidays).
The Front End Loader must meet specific salient characteristics, including: under 75 hp diesel engine, Skid Steer Loader (SSL) style quick coupler, standard flow hydraulics, high visibility cab with heat and AC (under 9’ height), deluxe cab features (air ride seat, radio, lockable storage), digital display, adjustable speed control, hydrostatic drive, lights/strobe, key start with passcode security, and 100% differential lock on both axles. Required accessories include a 1.25-yard, 74” wide SSL coupler bucket, a 120v engine block heater, and a deluxe cab with an electric air suspension seat. End-user training, including a hands-on session, recording, and electronic documents, is mandatory. The equipment must carry a minimum 1-year warranty post-installation. Vendors are responsible for conducting a site visit to verify logistics and loading dock access, and for waste removal post-delivery.
Contract & Timeline
- Contract Type: Firm Fixed Price
- Period of Performance: June 30, 2026, to June 29, 2027 (Base Year for delivery)
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB)
- NAICS Code: 333120 (Construction Machinery Manufacturing) with a 1,250-employee size standard
- Technical Questions Due: May 8, 2026, by 4:00 PM CT
- Quotes Due: May 15, 2026, by 4:00 PM CT
- Published Date: April 30, 2026
Eligibility & Submission
Prospective offerors must be registered and current in the System for Award Management (SAM) database (sam.gov) at the time of offer. SDVOSB vendors must also be registered in the SBA Small Business Search (search.certifications.sba.gov). Quotes will only be accepted from responsible contractors. All quotes and technical questions must be emailed to Robert Bennett, Contract Specialist, at robert.bennett8@va.gov. Offerors are responsible for ensuring their complete quote is received by the Contracting Officer before the closing date and time.
Place of Performance
Hot Springs VAMC, Building 30, 500 North 5th St, Hot Springs, SD 57747.