3830--Backhoe Loader
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 Black Hills Health Care System, is conducting a Sources Sought for market research to identify businesses capable of providing a Backhoe Loader and associated accessories. This is for planning purposes only; no contract will be awarded from this announcement. The required items include a backhoe loader with specific salient characteristics, an Erskine Skid Steer Broom, Erskine Snow Blower, MDS Steer Forks, and an Erskine Stump Grinder. Responses are due by April 15, 2026.
Scope of Work
The VA requires one (1) Backhoe Loader and several accessories for its Hot Springs, SD facility. The Backhoe Loader must meet specific salient characteristics, including a diesel engine less than 50 HP, full cab with heat/AC, 8' overall height, switchable SAE/ISO controls, high flow hydraulics, integrated backhoe, 12.5" drive track, 4-cylinder front loader geometry with parallel lift, 360-degree turn capability, reversing alarm, flashing beacon, external mirrors, stabilizer street pads, 3-point cab entry, stump grinder, 80" hydraulic angle broom, pallet fork, quick attach loader plate, and quick attach backhoe hitch, designed for tight workspaces.
Accessories include a 96" Erskine Skid Steer Broom, an 84" Erskine Snow Blower (SB3600X), 48" MDS Steer Forks, and an Erskine Stump Grinder. Delivery is FOB Destination to Hot Springs, SD, and includes offloading, setup, and testing. The vendor must provide hands-on training for up to four VA staff and additional training documents. A standard warranty, extended for two years post-delivery and acceptance, is required. Vendors should also specify if a trade-in credit is available for an existing machine.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Set-Aside: None specified; market research to determine potential future set-asides (e.g., VOSB, Small Business).
- Response Due: April 15, 2026, by 17:00 Central Time.
- Published: April 8, 2026.
- Place of Performance: Hot Springs, South Dakota.
Submission & Evaluation
Interested vendors must email their information, including their Unique Entity Identifier (UEI) and proof of capability, to brian.whalen-crichton@va.gov. Responses must also address seven specific questions:
- Organization's socio-economic category.
- Manufacturer status (and authorized distributor letter if not manufacturer).
- Certificate under FAR Provision 52.225-2(b) for country of origin.
- Ability to order supplies against existing government contracts (e.g., FSS, GSA).
- Compliance with 13 CFR 121.406 (b)(1)(i), (b)(1)(ii), and (b)(1)(iii).
- Subcontracting plans and percentage.
- Estimated shipping and delivery information (lead time). Failure to respond to these questions may affect the acquisition strategy.
Additional Notes
This is solely for market research; no awards will be made. Contractor and subcontractor personnel will be escorted by VA personnel while on VA property.