Vancouver VAMC Street Sweeper
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 Vancouver VA Medical Center in Vancouver, WA, is soliciting proposals for a Street Sweeper. This is a Total Small Business Set-Aside for a new Tymco Model 435 Sweeper or an equivalent product. The acquisition aims to procure a high-efficiency street sweeper for municipal and industrial operations. Offers are due by April 7, 2026, at 5:00 PM EDT.
Scope of Work
The requirement is for a new street sweeper featuring a cabover chassis design for superior visibility and maneuverability, utilizing a regenerative air system for efficient debris collection with minimal dust emissions. Key specifications include:
- Chassis & Cab: Cabover configuration, gas-powered engine (EPA compliant), automatic transmission, ergonomic cab with A/C and heating, minimum GVWR of 19,500 lbs.
- Sweeping System: Regenerative air technology, minimum 8 ft. sweeping path, dual hydraulic gutter brooms, minimum 4.0 cubic yards stainless steel hopper, minimum 60-inch dump height.
- Auxiliary Features: Minimum 150-gallon water tank, integrated water spray nozzles, pressure washing capabilities, hand hose with nozzle.
- Operator Features: Full visibility, intuitive control panel, backup alarm, rear-view camera, 7-inch color monitor, touchscreen interface.
- Additional Requirements: Documented operator training (onsite at delivery/before use), and a minimum one-year warranty (preferably two years). Only new items covered by manufacturer's warranty will be accepted; refurbished or used sweepers are not permitted.
Contract & Timeline
- Contract Type: Solicitation for commercial products (RFQ).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333120 (Construction Machinery Manufacturing), Size Standard: 1250 Employees.
- Place of Performance: Vancouver, WA 98661.
- Delivery: Vendors should indicate an approximate delivery timeframe; the 90-day ARO requirement is not firm. Delivery hours are Monday through Friday, 7 AM to 3:30 PM Pacific Time.
- Offer Due Date: April 7, 2026, 5:00 PM EDT.
- Published Date: March 31, 2026.
Submission & Evaluation
- Submission: All responses to the RFQ must be emailed to amber.whisenhunt1@va.gov. Vendors must include a vendor quote, a signed SF-1449, a completed B.2 Price/Cost Schedule, and a completed Buy American Act certificate (FAR 52.225-2). Offerors must acknowledge receipt of any amendments.
- Evaluation Criteria: Price, Technical, and Past Performance. Offers will be evaluated by adding the total price for all options to the total price for the basic requirement.
- Contact: Amber Whisenhunt (amber.whisenhunt1@va.gov).