THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 333310 (size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing Floor Extractor/Scrubber for VA Albuquerque Healthcare System. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. STATEMENT OF WORK (SOW) BACKGROUND: The Department of Veterans Affairs Albuquerque Healthcare System Environmental Management Service (EMS) has a requirement for floor/carpet equipment to be delivered to the Raymond G. Murphy VA Medical Center in Albuquerque, NM. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributors and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request. PLACE OF PERFORMANCE: Raymond G. Murphy VA Medical Center Supply Warehouse Bldg 46 1501 San Pedro Dr SE Albuquerque, NM 87108 NOTE: Potential offers must be aware that the items 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. Offeror quotations must demonstrate meeting the salient physical, and functional characteristics included under this SOW, otherwise, they will be considered non-responsive and not considered for award. DELIVERABLES: CLIN ITEM DESCRIPTION QTY UOM 0001 Nilfisk Advance Adphibian 56317011 Multi-Surface Extractor / Floor Scrubber with 255 Ah AGM Batteries, Onboard Charger, and Brushes OR equal to Multi-Surface Extractor-Scrubbers 1 EA All equal to Extractor-Scrubbers must have following features: Must be able to clean carpets and hard floors. Solution Capacity must have a minimum 20 gal. Solution Pump must have a range in between 80-120 psi diaphragm demand. Recovery Capacity must be in range between 15-20 gal. Vacuum Motor must be a Dual 3 stage bypass for enhanced performance and longevity. A minimum 90 CFM (Cubic Feet Per Minute) extraction and a minimum of 60 CFM Scrubbing to achieve maximum operator/user efficiency. Larger CFM directly correlates to more floor area completed per shift. A minimum of 70 psi of H2O water-lift is required in order to ensure proper water flow and prevent issues such as water hammer, and low flow rates. Vacuum Shoes must be Dual 13.5 inch dual pivoting to ensure shoes articulate achieving maximum effectiveness during operation and to match equipment on hand aiding in repair and replacement parts 36 inch Curved squeegee is required in order to prevent liquid spill-over; exact 36-inch size is required to match equipment on-hand aids in repair and replacement of parts. VA Albuquerque Healthcare System has replacement 36 squeegees on-hand as they do tear. Dual 24 inch counter rotating brush is required in order to match equipment on hand aiding in repair and replacement parts. VA Albuquerque Healthcare System has standardized and have 24 inch brushes on-hand for quick. The counter rotation is required to provide better scrubbing action compared to two brushes that rotate in the same direction.  Brush motors must be sized and rated for long hours of use and have redundancy leading to little down time. Brush motors must be able to support 6 hours per 8-hur shift, up to 2 shifts per day. Brush Speed must have a minimum 900 RPM (revolutions per minute) for cleaning effectiveness. Sound Level must not exceed 70 dBA in order to minimize noise pollutions in the hospital environment. Batteries must utilize four (4) 6volt/255 Ah AGM as this battery type is standardized and utilized at the facility; 6volt/255 Ah AGM are in stock in order to help with repair and replacement parts at VA Albuquerque Healthcare System. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, May 5, 2025, by 10:00 AM PT Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.