Opportunity

SAM #36C25926Q0411

Market Research for Auto Disk Mop Scrubbers for VA Salt Lake City Health Care System

Buyer

VHA Network Contracting Office 19

Posted

April 27, 2026

Respond By

May 11, 2026

Identifier

36C25926Q0411

NAICS

423690, 333310

This opportunity seeks industry input for the procurement of auto disk mop scrubbers for the VA Salt Lake City Health Care System. - Government Buyer: - Department of Veterans Affairs (VA), Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) - OEMs and Vendors: - Tennant (OEM) - Products/Services Requested: - Three Auto disk scrubber mops (brand name or equal) - Tennant I-Mop XL Plus Lithium-Ion Auto Disk Scrubber - Part number: 9022386 - Quantity: 3 - Salient characteristics: lithium-ion battery, walk-behind, 18.1-inch operational width, productivity up to 19,375 sq ft - Unique/Notable Requirements: - Brand name or equal accepted - Must meet Buy American Act compliance - Small business qualifications encouraged - Responses should detail product capabilities and compliance - Place of Performance: - Department of Veterans Affairs George E. Wahlen VA Medical Center, Salt Lake City, Utah

Description

Sources Sought Notice

Sources Sought Notice

Sources Sought Notice *= Required Field Sources Sought Notice

Sources Sought Notice Mid-size Walk Behind Mop Scrubber 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 (3) Auto disk scrubber mops (brand name or equal) for VHA Salt Lake City Health Care System. This 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:

Item No. Part Number Item Description 1 9022386 Tennant I-Mop XL Plus Lithium-Ion Auto Disk Scrubber (Brand Name or Equal)

Required Salient Characteristics:

Estimated Coverage/Productivity: Up to 19,375 sq ft / 1,800 sq m Operational Width/Cleaning path: 18.1 Height x Width x Depth machine: 47.2" x 18.9" x 13.8" Height x Width x Depth box: 48" x 20.7" x 14.2" Battery: Lithium-ion (2) 25.2V, 8.8Ah; 80% charge for up to 60 minutes; 100% fully charged at 5 hours Weight without batteries+ water: 40.7lbs Weight with batteries + water: 57lbs Sound Level: As low as 70 dBA Brush Pressure: Up to 48.4lbs Charger Type: Off board Pad RPMs: Up to 350 rpm Application: Indoor Recovery Tank Capacity: 1.5 gal Solution Tank Capacity: 1 gal Machine Type: Walk-Behind Estimated Run Time: Up to 85 minutes Power Source: Lithium-Ion Battery Head Type: Disk

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 (select all that are applicable below, or remove to fit your requirement): Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market Firm-Fixed Price

Market Rearch Questions: How long from execution of order/contract to delivery of product? 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? [  ] yes [  ] no Does your company exceed 500 employees? [  ] yes [  ] 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? [  ] yes [  ] 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? [  ] yes [  ] 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. [  ] yes [  ] 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.

View original listing