S209--Phoenix VA Healthcare System Complete Laundry Service New Requirement - VA-25-00002246 36C262-24-AP-8404 | 644-25-2-241-0008 |
ID: 36C26225Q0055Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF262-NETWORK CONTRACT OFFICE 22 (36C262)Gilbert, AZ, 85297, USA

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for complete laundry services for the Phoenix VA Healthcare System, under solicitation number 36C26225Q0055. The contract aims to provide comprehensive laundering and supply services for hospital linens and specialty items, with a contract period starting January 1, 2025, and extending through December 31, 2029, with an anticipated total award amount of $8 million. This procurement is crucial for maintaining hygiene and operational standards within the healthcare facility, ensuring that all linens, including patient clothing and specialty items, are processed under sanitary conditions. Interested contractors, particularly those who are Service-Disabled Veteran Owned Small Businesses (SDVOSB), must submit their proposals by 12:00 PM PST on November 12, 2024, and can direct inquiries to Contract Specialist Barry Bland at barry.bland@va.gov.

    Point(s) of Contact
    Barry BlandContract Specialist
    barry.bland@va.gov
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for complete laundry services for the Phoenix VA Healthcare System. It details a solicitation (No. 36C26225Q0055) issued by the Department of Veterans Affairs, specifying that it seeks an unrestricted bid with participation encouraged for small businesses, including those owned by service-disabled veterans and women. The contract encompasses laundering and supply services for hospital linens and specialty items across designated contracts beginning January 1, 2025, through December 31, 2029, with an anticipated total award amount of $8 million. The RFP requires interested contractors to submit their offers via email, along with establishing compliance with various Federal Acquisition Regulation (FAR) clauses and cybersecurity standards. A detailed list of services, terms of delivery, invoicing instructions, and the necessary administrative requirements for contractors is included, ensuring rigorous adherence to VA’s security and information management requirements. The document serves to facilitate the procurement process for essential laundry services, carrying significant implications for operational efficiency within the veteran health system and reflecting the VA's commitment to community engagement and support for small businesses in government contracting.
    The Phoenix VA Healthcare System seeks a contractor for Complete Laundry Service, as outlined in the presolicitation notice (Solicitation Number: 36C26225Q0055). The contract is scheduled to begin on January 1, 2025, and will last until December 31, 2029, encompassing a base year and four additional option years. This service is categorized under Product Service Code S209 and is aligned with NAICS Code 812320. Proposals must be submitted by October 31, 2024, at 12:00 PM Pacific Time. The VA encourages participation from Veteran-Friendly Small Businesses (VSA). Communications regarding the contract should be directed to the Contract Specialist, Dr. Barry Bland. Performance will take place at the Carl T. Hayden VA Medical Center in Phoenix, Arizona. This presolicitation emphasizes the VA's commitment to providing essential services to veterans while outlining specific requirements and timelines for potential contractors.
    The document pertains to the amendment of a solicitation for complete laundry services for the Phoenix VA Healthcare System, under the Department of Veterans Affairs. It announces modifications that include responses to prospective offerors' questions and extends the timeline for submissions to 12:00 PM PST on November 12, 2024. The contract (RFQ # 36C26225Q0055) covers a range of laundry services, including general hospital linens, specialty linens, and uniforms, with a contract period beginning on January 1, 2025, and options for extending through 2029. The amendment details the requirements for acknowledgment of the amendment, submission methods, and relevant contacts within the VA. The services are classified under the principal NAICS code 812320 (Drycleaning and Laundry Services), indicating the nature of the contract. Overall, the document clearly outlines the purpose, scope, and essential dates relating to the solicitation, reflecting standard procedures in federal government contracting and procurement processes.
    The Puget Sound Healthcare System's laundry needs assessment outlines the quantities and types of items required for laundering, crucial for maintaining hygiene and operational standards within the facility. The document specifies minimum acceptable standards and outlines both contractor-provided and government-provided items, categorized by daily, four-day, monthly, and yearly counts. It highlights a significant demand for isolation gowns, surgical drapes, various types of towels, sheets, and scrubs, with total counts reaching over 19,000 items daily and over 6.2 million items annually. The facility predominantly utilizes disposable items but recognizes the necessity for laundering services during supply shortages. This document plays an essential role in informing potential contractors responding to government requests for proposals (RFPs) and ensuring compliance with federal and state regulations by clearly delineating the laundry service requirements essential for healthcare operations.
    The Service Contract Act Wage Determination WD #2015-5469, Revision Number 25, pertains to services in Arizona counties Maricopa and Pinal, published on July 21, 2024. This document provides the necessary wage determinations applicable to contracts under the Service Contract Act (SCA). It outlines the non-standard service descriptions and wage rates that federal contractors must adhere to when compensating personnel for services rendered. The revision reflects updated wage standards to ensure compliance with federal regulations, supporting equitable labor practices within federal contracting. This determination is essential for government entities and contractors as they navigate the requirements of federal RFPs (Requests for Proposals) and grants, ensuring fair compensation aligned with prevailing wage laws in the specified regions of Arizona.
    The provided documents primarily pertain to administrative requirements for vendors engaging with government contracts. The attachment of the W-9 Form indicates a request for taxpayer identification and certification, essential for processing payments to contractors. The FMS Vendor File Update Request Form supports the maintenance and updating of vendor information within federal data systems, ensuring compliance with financial regulations. The VA10091 document signifies a specific request for proposals (RFP), potentially related to a federal grant or contract, although its detailed content is not provided here. Overall, these documents underscore the emphasis on regulatory compliance and accurate vendor information management in the context of government procurement processes, highlighting the essential frameworks that facilitate federal and state contract award systems.
    The Phoenix VA Health Care System is seeking a contractor to provide comprehensive laundry services, covering all aspects from transportation to processing, for its Environmental Management Services Department. The contract is structured as Firm-Fixed-Price and spans a base year (01/01/2024 to 12/31/2025) with four additional option years. The laundry services must comply with local, state, and federal regulations, ensuring all linens, including patient clothing and specialty items, are processed under sanitary conditions. Key tasks include sorting, laundering, ironing, packaging, and timely delivery of clean linens while maintaining accurate records of weights and inventory. Quality control measures are mandated, including a program for regular inspections and re-cleaning of unsatisfactory items at no additional cost. The contractor must adhere to strict infection control guidelines, maintain detailed reporting, and provide necessary personnel training. The government's role includes oversight through designated representatives, ensuring compliance with contract specifications. This RFP exemplifies the VA's commitment to high-quality operational standards for healthcare services and solidifies the contractor's accountability for excellent service delivery.
    The document outlines the vendor information requirements for government contracts, specifically focusing on the registration and verification processes essential for vendors wishing to engage with the Federal Government. Key sections involve details such as vendor identification (name, address, tax identification), point of contact, existing contracts, and socioeconomic status categories. The document also stipulates the necessity of vendors being registered with the Central Contractor Registration (CCR) and the importance of checks against specific registries to ensure compliance and eligibility to conduct business. Furthermore, it emphasizes the need for vendors to possess a DUN and BRADSTREET number and highlights their acceptance of purchase cards as part of the procurement process. The overall purpose is to ensure a standardized approach to vendor registration, compliance checks, and contract administration within the context of federal and state/local Requests for Proposals (RFPs) and grants.
    The RFQ # 36C26225Q0055_1 pertains to complete laundry services for the Phoenix VA Healthcare System, specifically set aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns only. The submission deadline is confirmed for Tuesday, November 12, 2024, at 12:00 PM PST. The document addresses common inquiries regarding the bidding process, expectations for service volume, handling guidelines, and the contractor's responsibilities. Key points include the clarification that all submitted questions will be published on the SAMS solicitation page, with specific reference to attachment resources for bidders to assist in their pricing proposals. Emergencies response protocols and specific dimensions for cart handling were outlined, emphasizing patient safety and operational standards. Importantly, it is reiterated that this solicitation is entirely set aside for SDVOSB candidates, disallowing submission from larger firms, ensuring fair competition for veteran-owned businesses. The document reinforces an emphasis on associated guidelines for volume processing, emergency response, and contractor obligations without the presence of an incumbent service provider. Overall, the RFQ ensures clarity and competitiveness in the bidding process while supporting veteran-owned service opportunities.
    The VA-FSC Vendor File Request Form serves to establish or update records for vendors associated with the Department of Veterans Affairs (VA). It requires completion by new vendors or those updating their information, gathering essential details such as VA facility information, vendor type, and banking information for electronic fund transfers. Key components include the Unique Entity Identifier (UEI) required for registered commercial vendors in the System of Awards Management (SAM), as well as the provision of social security numbers or taxpayer identification numbers. The form emphasizes compliance with legal and procedural protocols, including regulations related to payment transmission and privacy regulations highlighted by the Privacy Act of 1974. Vendors must provide documentation to support various claims or assignments, if applicable. The processing time for submitted requests is typically 3 to 5 business days, and failure to provide complete information may delay payment receipt. Overall, the document facilitates efficient processing of vendor applications and supports adherence to federal contracting regulations.
    The document provides Form W-9, essential for U.S. persons to submit their Taxpayer Identification Number (TIN) to requesters for reporting income and tax purposes. It outlines the purpose of the form, which includes certifying the accuracy of the TIN, ensuring the person is not subject to backup withholding, and claiming exemptions if applicable. The form requires the submitter to provide personal details, including their name, address, and TIN, which is usually a Social Security Number (SSN) or Employer Identification Number (EIN). The document highlights the implications of failing to furnish the correct TIN, including penalties, and explains backup withholding, which may apply to various types of payments. Additionally, it emphasizes the importance of protecting personal data against identity theft and advises on how to obtain a TIN. Given the context of government RFPs and grants, the W-9 form is vital for compliance in transactions involving federal and state funding, ensuring accurate reporting and tax withholding protocols are adhered to in financial engagements. Overall, the document stresses the importance of accurate tax information for both individuals and entities in U.S. tax systems.
    Similar Opportunities
    3510--Pre-Washed linen- Contingency for Lake City
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of pre-washed linens as a contingency supply for the Lake City VA Medical Center in Florida. The required items include various linens such as bath blankets, flat sheets, washcloths, pillowcases, bath towels, envelope contour sheets, and spread blankets, all treated with Silvaclean, with delivery expected within 30 days of contract award. This procurement is critical for maintaining hygiene and comfort for veterans receiving care at the facility. Interested vendors must submit their offers by January 20, 2026, at 12:00 PM Eastern Time, and can contact Contracting Officer Victor J. Mercado at Victor.Mercado@va.gov or by phone at 352-214-6492 for further information.
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive linen and laundry services for the Northeast Ohio VA Medical System, including the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The contractor will be responsible for all labor, equipment, and supplies necessary for the pickup, processing, and delivery of various linen items, adhering to strict industry standards and maintaining separation between clean and soiled linens. This procurement is critical for ensuring the availability of hygienic and properly maintained linen for patient care, with a total estimated contract value of $81,933.34 over a base period and three option years. Interested vendors should submit their quotations and direct any inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov, with services required Monday through Saturday and invoicing to be conducted monthly through the VA Tungsten Network Portal.
    Contingency Laundry Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide contingency laundry services for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This procurement involves a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for emergency laundry services, anticipated to be required 1 to 5 days a year, with a frequency of 1 to 2 times a week during emergencies or equipment repairs. The contractor will be responsible for all aspects of the laundry service, including equipment, labor, and supplies, while adhering to health and safety regulations, with a contract duration from February 1, 2026, to January 31, 2031. Interested parties should contact Tracy M. Dotson at tracy.dotson@va.gov, with a minimum contract guarantee of $1,000.00 and a maximum ceiling of $275,000.00.
    Laundry Chemical Supplies and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.
    3695--ALBUQUERQUE, NM COMMERCIAL LAUNDRY EQUIPMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement and installation of commercial laundry equipment at the New Mexico VA Health Care System in Albuquerque, NM. The project includes the acquisition of two Small Piece Folding Machines and a Blanket Folder System, with options for trade-in of existing equipment, and requires adherence to strict technical specifications and safety protocols. This procurement is critical for enhancing laundry operations within the facility, ensuring efficient service delivery to veterans. Interested parties must submit their technical and price quotes by December 22, 2025, and can contact Contract Specialist Maria Alba at Maria.Alba@va.gov or (708) 786-4989 for further information.
    3510--ScrubX Machine Kansas City VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a contractor to provide and install ScrubEx and alEx linen dispensing systems, along with necessary accessories, for the Kansas City VA Medical Center. This procurement is a 100% Service-Disabled Veteran-Owned Small Business Set-Aside and includes requirements for web-based tracking software, specific machine dimensions, and compliance with VA information security protocols. The ScrubEx machines are crucial for efficient linen management within the medical facility, ensuring that the VA can maintain high standards of hygiene and operational efficiency. Interested contractors should contact Contract Specialist Paul Dixon at paul.dixon@va.gov for further details, with the solicitation number being 36C25526Q0060.
    Fire-Resistant Coverall Laundry Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the rental and laundering of forty-four fire-resistant coveralls at DLA Distribution in Oklahoma City, Oklahoma. The procurement includes the management of fire-resistant coveralls for welders and electricians, requiring weekly pickups and returns of laundered garments, as well as the maintenance and accountability of the coveralls through barcoding or RFID tracking. This contract is set aside for small businesses under NAICS code 812320, with a base year starting January 14, 2025, and two option years. Interested vendors must submit their proposals electronically to Deborah Johnson at Deborah.L.Johnson@dla.mil by 10:00 AM EST on December 22, 2025, including separate files for past performance and pricing, as the award will be based on the lowest evaluated price.
    Z2NE--660-23-101 | Rehabilitate Domestic Water Lines | Construction
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the rehabilitation of domestic water lines at the Salt Lake City VA Medical Center under Solicitation Number 36C25926R0003. This project, set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSBs), requires contractors to provide all necessary labor, materials, equipment, and supervision, with an estimated contract value between $2 million and $5 million. The rehabilitation of these water lines is crucial for maintaining the operational integrity and safety of the medical facility, which serves veterans. Proposals are due via email by January 8, 2026, at 10:00 A.M. MT, and interested parties should contact Contract Specialist Mark A. Holland at Mark.Holland@va.gov for further information.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    SAVAHCS Postal Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide postal services for the Southern Arizona VA Health Care Systems (SAVAHCS) from April 1, 2026, to September 30, 2030. The procurement includes daily mail pickup, processing, presorting, metering, and delivery to the USPS, with compliance to USPS and government regulations, including HIPAA and the Privacy Act. This opportunity is particularly aimed at Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone, and other Small Businesses, emphasizing the importance of these services in supporting the healthcare operations of the VA. Interested parties must submit their capabilities and proof of similar work by January 5, 2026, at 11:00 AM MDT, and registration in SAM and the VetBiz Registry is required for eligible businesses. For further inquiries, contact Jordan Alonzo at jordan.alonzo@va.gov or call 505-767-6094.