Opportunity
SAM #36C25926Q0412
VA Seeks Nilfisk BU800 Floor Burnishers or Equivalent for Salt Lake City Health Care System
Buyer
VHA Network Contracting Office 19
Posted
April 27, 2026
Respond By
May 11, 2026
Identifier
36C25926Q0412
NAICS
423690, 423850, 333310
This opportunity involves the Department of Veterans Affairs seeking sources for floor burnishers for the Salt Lake City Health Care System. - Government Buyer: - Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office 19 - OEMs and Vendors: - Nilfisk (OEM specified for BU800 model) - No other OEMs or vendors mentioned - Products/Services Requested: - Two (2) Nilfisk BU800 Floor Burnishers, or equivalent - Part number: BU800 - Key technical requirements: - Traction motor type transaxle - Sound level: 68 dB A - Pad speed: 2,000 rpm - Weight with batteries: 565-609 lbs - Onboard charger: 36 V, 25 A DC - Batteries: 200 Ah / 234 Ah AGM - Additional salient characteristics as specified - Unique/Notable Requirements: - Compliance with the Buy American Act - Small business participation emphasized - Detailed technical specifications must be met or exceeded - Place of Performance/Delivery: - George E. Wahlen VA Medical Center, Salt Lake City, UT
Description
Sources Sought Notice Floor Burnisher Disclaimer: This Request for Information (RFI) is issued solely for market research information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are NOT offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Information Requested from Industry:
In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Statement of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted. If this information is not provided, then it will be assumed the entire requirement cannot be met.
Description of Requirement: The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for (2) floor burnishers for VHA Salt Lake City Health Care System. ThisIF this will be a VISN contract state that here. Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied that the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided.
Requirement Item: Floor Burnisher
Item No. Part Number Item Description 1 Nilfisk BU800 Nilfisk BU800 Floor Burnisher (Brand Name or EqualDo not state Brand Name or Equal if this does not apply to your requirement. )
Required Salient Characteristic:
Traction motor type transaxle Sound level: 68 dB A Drive wheels (cm): 1.62 in x 8 in (4 cm x 20 cm) Pad pressure lbs. (kg): Self Regulating up to 30 lbs. (13 kg) Pad speed (RPM): 2,000 rpm (on the floor) Weight with batteries lbs. (kg): 565 lbs. (256 kg) / 609 lbs. (276 kg) Approx. shipping weight lbs. (kg): 611 lbs. (277 kg) / 655 lbs. (297 kg) Onboard charger standard: 36 V, 25 A DC, 85-265 V / 45-65 Hz AC Batteries: 200 Ah / 234 Ah AGM Low battery protection: Yes Length: 50 in (127 cm) Width: 23 in (58 cm) Height: 41.25 in (105 cm) Pad motor: 2.5 hp (1.9 kW) Polishing rate (max.): 24,000 sq ft/hr (7,315 sq m/hr) Polishing rate (practical): 17,600 sq ft/hr (5,365 sq m/hr) Drive (traction or non-traction): Traction Speed (forward/reverse): 0 - 240 ft/min (73.2 m/min) / 0 - 170 ft/min (51.8 m/min) Pad diameter: 20 in (50.8 cm) Burnishing Path Power: 36 V, (3) 12 V batt.
In response to this announcement, please provide the information requested below requested in this market research table questionnaire. If this information is not provided, then it will be assumed the entire requirement cannot be met:
NAICS Code:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder:
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
Proposed solution is listed and available on the above FSS/GSA Contract:
Yes No
Available pricing structure of proposed solution
Pricing Model
Please Indicate Availability Below: (Yes / No / NA)
All on FSS
Open Market only
Mix of FSS & Open Market
Firm-Fixed Price
Other: (Please explain)
Market Rearch Questions: How long from receipt of order to delivery? Buy American Act RFO 52.225-1 and RFO 52.225-2 Buy American Certificate What percentage of the proposed product (including leases and rentals) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Country of Origin: Questions for Small Businesses ONLY:
Per RFO 52.219-14 the following conditions must be met: Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract.
If subcontracting, what added value do you offer (RFO 52.215-23): Nonmanufacturer Rule (RFO 52.219-33): Does your company manufacturer these proposed items? [Â ] yes [Â ] no Does your company exceed 500 employees? [Â ] yes [Â ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [Â ] yes [Â ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [Â ] yes [Â ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [Â ] yes [Â ] no If yes, what is the manufacturer s name? ________________
Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to eric.ayers@va.gov. Submit your response NLT 14:00 (MST) on Monday, May 11, 2026. Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 333310 Commercial and Service Industry Machinery Manufacturing with a Small Business size of 1,000 Employees. Please identify and explain any NAICS codes your company believes would better represent the predominant work included in the attached Statement of Work draft / Salient Characteristics List.