3825--Street Sweeper-(Grounds)
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) is conducting market research through a Sources Sought / Request for Information (RFI) to identify qualified sources capable of providing a Street Sweeper for the Loma Linda VA Medical Centers in Loma Linda, CA. This is for planning purposes only and is not a solicitation. Responses are due April 27, 2026, by 15:00 PST.
Scope of Work
The VA is seeking a street sweeper with specific draft salient characteristics, including:
- Dimensions: Max Length 138in, Max Width 44.5in, Max Height 78in.
- Operator Features: Radio, air ride/adjustable seat, climate control (Heating/AC), audio engine warning/backup alarms, windshield defrost, independent suspension.
- Water System: Minimum 51-gallon tank, high-pressure washer (minimum 1300 psi, later 1500 PSI), dust suppression misting system.
- Engine: Kubota diesel, minimum 4 cylinders, full engine and parts warranty.
- Sweeping System: Retractable wander hose, variable sweeping width (min 54in retracted, max 75in extended), minimum 396-gallon hopper capacity (2.0 cu yd for vacuum design), vacuum sweeper design (not mechanical broom).
- Safety & Other: Fire extinguisher, rear safety camera, fully legal street lighting, dust control system (cloud maker).
- Warranty: Standard manufacturer warranty plus an additional one-year full coverage warranty.
Installation is not required. Delivery is FOB Destination to Loma Linda VA Healthcare System.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage, seeking business size info)
- Response Due: April 27, 2026, 15:00 PST
- Published: April 15, 2026
- NAICS: 333120 (size standard 1250 Employees)
Information Requested
Interested vendors should submit a capabilities statement addressing the draft characteristics, provide feedback on requirements, and indicate business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large). Other requested information includes manufacturer/distributor status, COTS compliance, Buy American Act compliance, lead times, estimated lifespan, FDA clearance (if applicable), leasing solutions, existing Federal contract details (FSS, GSA), general pricing for market research, and SAM.gov UEI/Cage Code.
Additional Notes
This notice is for information and planning purposes only and does not constitute a solicitation or a commitment to contract. Responses will be used to inform future acquisition decisions. Telephone responses will not be accepted.