7910--Auto Disk Mop Scrubber 660-26-2-5984-0041
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 Network Contracting Office 19 (NCO 19), is conducting market research through a Sources Sought Notice to identify potential sources for three (3) Auto disk scrubber mops (brand name or equal to Tennant I-Mop XL Plus Lithium-Ion Auto Disk Scrubber) for the VHA Salt Lake City Health Care System in Salt Lake City, UT. This is for information and planning purposes only and is not a solicitation. Responses are due May 11, 2026.
Requirement Details
The VA seeks three auto disk scrubber mops with specific salient characteristics, including:
- Estimated Coverage/Productivity: Up to 19,375 sq ft / 1,800 sq m
- Operational Width/Cleaning path: 18.1"
- Battery: Lithium-ion (2) 25.2V, 8.8Ah, with up to 85 minutes estimated run time.
- Weight: 57lbs (with batteries + water)
- Sound Level: As low as 70 dBA
- Tank Capacity: 1.5 gal (Recovery), 1 gal (Solution)
- Machine Type: Walk-Behind The primary NAICS code identified is 333310 (Commercial and Service Industry Machinery Manufacturing) with a small business size standard of 1,000 employees.
Information Requested
Interested contractors should submit a capabilities/qualifications statement, an overview of proposed solutions, and a description of their product in accordance with the draft Statement of Work/Salient Characteristics List. Responses must include a completed market research table questionnaire covering:
- Company details (NAICS, name, address, UEI, contact, phone, email).
- Business size information (Small Business, SDB, 8(a), HUBZone, WOSB, SDVOSB, VOSB, Large Business).
- FSS/GSA contract holder status, contract number, and availability of proposed solution on contract.
- Proposed pricing structure (FSS, Open Market, Mix, Firm-Fixed Price).
- Delivery lead time from order execution.
- Buy American Act compliance (percentage of domestic/foreign end product, country of origin).
- For small businesses, information regarding the Nonmanufacturer Rule and subcontracting plans.
Submission Instructions
- Response Deadline: Monday, May 11, 2026, at 14:00 Mountain Standard Time (MST).
- Submission Method: Email responses to eric.ayers@va.gov.
- Page Limit: Responses should not exceed 8 pages, including a cover letter.
- Confidentiality: Mark any business-sensitive information as "Proprietary Information."
- Contact: Eric Ayers, Contracting Specialist, eric.ayers@va.gov, (303) 712-5834.
This notice is for market research only; it is not a solicitation, and the Government will not pay for information received.