1.0 DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) as a means of conducting market research to identify qualified sources with the capability and the resources to meet the Veterans Health Administration s (VHA) Non-Expendable Equipment National Program requirement for Autonomous Floor Scrubbers. The SAC in conjunction with VHA is seeking a qualified source to supply brand name or equal Tennant X4 ROVR Autonomous Floor Scrubber Dryer on an agency-wide basis. VA intends to award a single Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract, to a supplier of this equipment. Vendors will be required to deliver Autonomous Floor Scrubbers to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 Commercial and Service Industry Machinery Manufacturing and the associated size standard is 1,000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of submission. Submissions for this sources sought shall be submitted by email no later than October 9, 2025, 12:00pm Eastern to all the following: Alanna.Wilson@va.gov Anthony.Zibolski@va.gov This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this notice. There is no solicitation available at this time. 2.0 SCOPE OF WORK Autonomous Floor Scrubbers are machines that dispense cleaning solution, scrub the floor surface to clean off dirt, and remove the cleaning solution and dirt. Floor scrubbers have a scrubbing head, a flat rubber-edged blade (squeegee), a cleaning solution dispensing tank, and a collection tank. Some floor scrubbers have the ability to sweep the floor before scrubbing. They can be used to clean indoor or outdoor surfaces. Autonomous Floor Scrubbers are robotic machines that provide exceptional cleaning performance with innovative technology that adapts to various hard floor environments. These systems are designed to allow cleaning with minimal disruption to staff and visitors. Autonomous Floor Scrubbers offer a hands-off approach to floor cleaning with minimal human intervention that quickly and easily integrates with existing floor protocols and can start a cleaning route within minutes. They can clean large numbers of sq ft. per solution tank. The unmanned Floor Scrubbers are equipped with advanced sensors such as LiDAR and 3D cameras, as well as regular cameras. These sensors work together to create a detailed understanding of the environment, including people detection, intelligent navigation, and robust localization. They can come with multiple charging options for the lithium-ion batteries allow cleaning when needed. Autonomous Floor Scrubbers can help maintain consistent cleaning standards and reduce the risk of slips and falls, while optimizing resources and saving staff valuable time. The following Contract Line Items are being considered: Contract Line Items Manufacturer Part Number Description 0001 Tennant 4X ROVR Autonomous Floor Scrubber Dryer The following Salient Characteristics (SCs) are being considered: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 Autonomous navigation & Safety protocols to include Smart obstacle-detection, safety CSA/ANSI C22.2 No. 336-17 certified avoidance Robotics technology and Electromagnetic Capability certification (ECM). Literature Review SC 2 Must have a battery runtime of at least 2.5 hours with fast-charging capability of at least 90% state-of-charge within 2 hours. Literature Review SC 3 Intuitive usability with easy management setup and rapid deployment through advanced sensors and mapping technology. Literature Review SC4 Scalable support for smaller spaced infrastructures with a minimum turn radius capability of 1.88 meters with a maximum width of 60cm/23.6 inches, length 100cm/39.4 inches, height 115 cm/45.3 inches. Literature Review SC 5 Sustainability & Resource Optimization to include one-year minimum Warranty, online training videos, service and maintenance plans. Â Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company. SAM Unique Entity Identifier (UEI). Business Size. Manufacturer or Distributor: If distributor, provide full name, business size and address of manufacturer. If distributor, provide evidence that your firm is an authorized distributor for the manufacturer of the products proposed. Country of Origin designation for all products proposed. Ability to provide uninterrupted supply of products on a national scale. Technical Literature that clearly shows product(s) meets the identified salient characteristics and page numbers where each salient characteristic is met. Does vendor offer an annual service plan, Yes or No? If Yes: What does the plan cover? Does plan cover software updates only? Does the plan cover parts repair or replacement only? Does the plan cover both software and parts? Vendor is requested to provide documentation that shows information on their service plan. Is the service provided by the OEM or a subcontractor? If distributor, provide full name, business size and address of manufacturer. Any additional product solution or configuration that would be beneficial to the functionality of the product line identified. Item pricing information of products, inclusive of flat rate shipping. Include any quantity discounts, noting at what level of quantity ordered should the Government expect tiered price reductions, if any. NOTE: In order for the Contracting Officer to determine whether a set-aside can be pursued, it is essential to provide pricing information. Without this information, the Contracting Officer will be unable to assess whether there is a reasonable expectation of receiving fair and reasonable pricing from socio-economic concerns. Does your firm have any subcontracting opportunities for this equipment? Identify any federal contracts vehicles held by your firm that provides this equipment. Are there any further standards or criteria, to include salient characteristics, VA should consider in a procurement action for this equipment? Are the Government s specifications unduly restrictive? Any additional information the Government should know prior to issuing a solicitation.