SOURCES SOUGHT
39 -- VA San Francisco Health Care System | Hydraulic Dock Leveler & Installation, Deinstallation
- Notice Date
- 10/20/2025 1:28:48 PM
- Notice Type
- Sources Sought
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26126Q0105
- Response Due
- 10/24/2025 11:00:00 AM
- Archive Date
- 12/23/2025
- Point of Contact
- Tawnya Krommenhoek, Contracting Officer, Phone: tawnya.krommenhoek@va.gov
- E-Mail Address
-
tawnya.krommenhoek@va.gov
(tawnya.krommenhoek@va.gov)
- Awardee
- null
- Description
- Subject: Sources Sought, Hydraulic Dock Leveler Units & Installation, Deinstallation for the VA San Francisco Health Care System (VASFHCS) located at 4150 Clement Street, Bldg. 203, San Francisco, CA 94121-1563. The purpose of this sources sought is to conduct market research to support the procurement of Two (2) Hydraulic Dock Leveler Units & Installation, Deinstallation for the VA San Francisco Health Care System. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested supplies and services. This notice allows potential vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 332510 Hardware Manufacturing. This sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 332510. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Background: The Department of Veterans Affairs (VA), VASFHCS has a requirement for Two (2) Hydraulic Dock Leveler Units & Installation, Deinstallation. Please refer to the below list of requirements: Must be licensed/certified to perform the installation/deinstallation work in the state of California Must be either the Original Equipment Manufacturer (OEM) or an Authorized Distributor of the OEM. If selected, the contractor will be required to provide proof of Authorized Distributor status. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 2.00 EA Hydraulic Dock Leveler Units Supply and install (2)- 6'X8' hydraulic dock leveler Units with: 1. 460 Volt, 3 Phase 1 HP motors with NEMA 4X Control boxes. 2. 35,000 LB Capacity 3. Full range toe guards 4. 16"" Lip 5. Cross traffic safety legs 6. Heavy duty lip keepers 7. Working range: 12"" up/down 8. Laminated bumpers 9. Forklift included with removal and disposal of existing damaged units. Contract Period: Base POP Begin: 11-20-2025 POP End: 02-20-2026 PRINCIPAL NAICS CODE: 332510 Hardware Manufacturing PRODUCT/SERVICE CODE: 3990 Miscellaneous Materials Handling Equipment 0002 1.00 JB INSTALLATION, to include removal and disposal of existing units. Selected Contractor is to initiate the removal and replacement of the hydraulic leveler units during standard operating hours. The old, damaged hydraulic leveler units (delivery ramp hydraulic system) are to be replaced on a one-to-one basis to prevent any disruption to logistics or the use of the ramp during normal operations, thus safeguarding the integrity of parts and equipment owned by VA Operations and Maintenance Engineering. The equipment is located outside of Bldg. 203 by the Sanipack. Contract Period: Base POP Begin: 11-20-2025 POP End: 02-20-2026 PRINCIPAL NAICS CODE: 332510 Hardware Manufacturing PRODUCT/SERVICE CODE: 3990 Miscellaneous Materials Handling Equipment Instructions: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested supplies and services that are required. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the UEI number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) and/or the SBA s Dynamic Small Business Search (DSBS) Registry at the SBA s Small Business Search Website. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the SBA DSBS Registry (i) provide current commercial pricing and any applicable discounts. (j) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (k) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (l) other material relevant to establishing core competencies of the firm. Response is due by 12:00 PM Mountain Time, Friday, October 24, 2025. Please submit e-mail responses to Mrs. Tawnya Krommenhoek, Contract Officer, at email address: tawnya.krommenhoek@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: Hydraulic Dock Levelers & Installation, Deinstallation - VASFHCS in the subject line of your email. This notice is to assist the VA in determining sources only, questions will not be received at this time. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these supplies and/or services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the subsequent RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/203d371158a34846a1734ffaef1886ac/view)
- Place of Performance
- Address: Department of Veterans Affairs VA Sierra Pacific Network (VISN) 21 VA San Francisco Health Care System 4150 Clement Street, Bldg. 203, San Francisco 94121-1563, USA
- Zip Code: 94121-1563
- Country: USA
- Zip Code: 94121-1563
- Record
- SN07623446-F 20251022/251020230040 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |