3990--MD COMPACT TRACK LOADER-BOBCAT l EKH (VA-26-00050315) 589-26-2-7628-0011
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), VISN 15 Network Contracting Office, has issued a Request for Information (RFI)/Sources Sought to identify qualified sources for a Compact Track Loader for the Colmery-Oneil VA Medical Center in Topeka, KS. This RFI aims to find a long-term, affordable solution for grounds maintenance, reducing staff strain and costs. Responses are due March 24, 2026, at 6:30 PM CT.
Purpose
This RFI is for information and planning purposes only and does not constitute a solicitation. The VA seeks to gain knowledge of potential qualified sources and their size classification under NAICS 333924 (Industrial Machinery Manufacturing) and 423830 (Industrial Supplies Merchant Wholesalers). Responses will inform future acquisition decisions, including potential set-asides, and may lead to a formal solicitation.
Scope of Requirement
The Topeka VA Medical Center requires an updated compact track loader to handle heavy workloads and improve grounds department capabilities, reducing the need for equipment rental or contracted services. The requirement includes:
- Compact Track Loader (Part A): Must be "Name Brand or Equal" with specific technical specifications, including Tier 4 emissions (no DPF/ReGen), 74 HP+ engine, minimum 2,900 lbs operating capacity, 8200 lbs tipping load, liquid-cooled, turbocharged, two-speed travel, ground pressure not exceeding 6.2 psi, high/low hydraulic flow, 3,500 psi hydraulic relief, 5-link torsion undercarriage, full joystick control, sealed/pressurized cabin with HVAC, backup alarm/camera, LED lighting, air ride seat, deluxe instrumentation, keyless start, radio, 12V accessory, hydraulic bucket positioning, auxiliary hydraulics, powered hydraulic attachment, ride control, electronic monitoring, telematics, and a track lug pattern suitable for snow removal on paved surfaces.
- Warranty: 2-year or 2,000-hour full warranty, and 1-year (or better) on tracks.
- Compatibility: Ability to connect to/operate all currently owned VA attachments without modifications.
- Attachments (Part B): Appropriately sized smooth and tooth low-profile buckets.
- Training: Onsite training for grounds department staff on service, repair, and maintenance.
- Delivery & Service: Delivery and installation at Colmery O’Neil VAMC, Topeka, KS. Vendor must ensure an available dealer within 30 miles for parts and service.
- Equipment: Only new equipment is permitted; no refurbished, returned, or used items. The VA will consider trade-in value for the facility's current skid loader and two buckets.
Submission Requirements
Interested parties must demonstrate their capability to meet the requirements. Responses should include:
- Company name, address, point of contact.
- UEI number.
- Business size status (e.g., SDVOSB, VOSB, Hubzone, WOSB, Large Business).
- Confirmation of small business status under NAICS 333924.
- Explanation of how subcontracting limitations will be met (if applicable).
- Details of any FSS/federal contracts (GSA, VA NAC, NASA SEWP).
- A clear and convincing capabilities statement.
- A copy of the authorized distributor letter. Responses must be submitted via email to Jessica Hansroth at jessica.hansroth@va.gov by the deadline.
Key Dates
- Response Due: March 24, 2026, 6:30 PM CT
- Published: March 18, 2026
Additional Notes
This is not a request for a bidders list. Vendor must be within the VA’s current approved vendor network.