36C26224Q1067 – Sources Sought – 7910–VA Phoenix Walk Behind Scrubber

Apr 25, 2024 | Sources Sought

This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below.

VA Phoenix Healthcare System located in 650 E Indian School Rd, Phoenix, AZ 85012 has a requirement to purchase commercial floor equipment Walk-Behind Scrubber equivalent to Nilfisk Advance SC750 ST 26D Walk-Behind Scrubbers with following salient characteristics.

Item being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award.

Salient Characteristics:
Walk Behind Scrubber must be a walk behind.
Walk Behind Scrubber must be a battery powered with greater than 60 mins runtime.
Walk Behind Scrubber must have a minimum cleaning rate of 38,900 sq ft per hour.
Walk Behind Scrubber must have a brush pad pressure minimum of 80lb for regular and 170lbs for maximum scrub option.
Walk Behind Scrubber must have a dba rating of 71 or less due to noise pollution.
Walk Behind Scrubber max height of 45 for safety issues.
Walk Behind Scrubber must provide cleaning width minimum of 26 .
Walk Behind Scrubber must have a minimum of 270 RPM rotation.
Walk Behind Scrubber must have a 21 Gal solution tank or bigger.
Walk Behind Scrubber must have a disc scrub head type.

Items being offered must be in compliance with the Buy American Act.

If you are interested and are capable of providing the required supplies, please provide the following information.
(1) Company Name, Address, Point of Contact
(2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(3) Is your company considered small under the NAICS code 333310 Commercial and Service Industry Machinery Manufacturing?
(4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number.
(5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(6) Please provide general pricing and product lead time for your products/solutions for market research purposes.
(7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above.

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 333310 (1,000 employees).

Responses to this notice shall be submitted via email to [email protected]. Telephone responses will not be accepted. Responses must be received no later than 5/1/2024 10am Pacific Local Time.

After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process.

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.