7910--Autonomous Robotic Floor Scrubbing Machine
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 VISN 22 Network Contracting Office, is conducting market research through a Sources Sought / Request for Information (RFI) to identify potential sources for an Autonomous Robotic Floor Scrubbing Machine for the Northern Arizona VA Healthcare System in Prescott, AZ. The VA is seeking information on capabilities to provide a "Brand Name or Equal" solution to the Tennant Company SCRUBBER, WALK-BEHIND X6ROVR and associated 5-year autonomy services. Responses are due by March 12, 2026, 10:00 AM MT.
Scope of Work / Requirements
The VA requires an autonomous floor scrubber that meets specific salient characteristics. The primary item of interest is the Tennant Company SCRUBBER, WALK-BEHIND X6ROVR (Qty 1) and 5YR AUTONOMY SERVICES (Qty 1). The FAR Clause 52.211-6 Brand Name or Equal applies, meaning any proposed "equal to" items must demonstrate clear, compelling, and convincing evidence that they meet all specified salient characteristics. Key salient characteristics include:
- Operation: Ability to train by manual route driving, autonomous operation in large open spaces, self-correction in navigation.
- Performance: Must cover no less than 70,000 sq ft per solution tank; minimum 5 hours battery time.
- Connectivity: Must operate without requiring network connectivity.
- Physical Specs: No more than 35” in width; must have solution/recovery tanks and a docking charging station.
- Support: Technical support for the operating system. No remanufactured or gray market items will be accepted. Interested parties must be authorized resellers, distributors, or dealers of the Original Equipment Manufacturer (OEM), with verification provided.
Submission Requirements
Interested parties capable of providing the sought supplies/services must submit the following via email to Adrienne.Brown4@va.gov:
- Company name, address, point of contact.
- Business size classification (SDVOSB, VOSB, Hubzone, WOSB, Large Business, etc.).
- Confirmation of small business status under NAICS 333310 (size standard 1,000 employees).
- Manufacturer or distributor status; if a small business distributor, details on any alterations/modifications.
- Federal contract holdings (FSS GSA/NASA SEWP/NAC), contract number, and if items are on schedule.
- Capabilities statement addressing salient characteristics and "equal to" items.
- Details on other owned companies under the same/related NAICS with CVE certification.
- Joint Venture plans (if applicable), identifying companies and ownership.
- Product manufacturing location.
- Unofficial pricing, if possible.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS: 333310 (Commercial and Service Industry Machinery Manufacturing)
- Product Service Code: 7910 (Floor Polishers And Vacuum Cleaning Equipment)
- Response Due: March 12, 2026, 10:00 AM MT
- Published: March 6, 2026
Eligibility / Set-Aside
This is market research to identify potential qualified sources and their size classification. The VA is gathering information on various business types, including Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), and Large Businesses, to inform future acquisition decisions.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation or an offer to form a binding contract. Responders are responsible for all associated expenses. Responses to this notice are not considered adequate for a future solicitation and do not guarantee inclusion on a prospective bidders list.