INTRODUCTION This notice is issued by the Department of Veterans Affairs (VA) Construction and Facilities Management Office of Facilities Acquisition, Central Region Office, for market research purposes to identify interested and qualified sources capable of providing professional off-site laundry and linen services in/around San Juan, Puerto Rico for one or more VA Medical Centers (VAMC). The Government intends to perform site visits to interested vendors facilities as part of this market research; please see details under SITE VIST below. This notice does not constitute a Request for Proposal, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by the Government to enter into a contract. Furthermore, 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 notice. SUMMARY OF SERVICES The Government seeks information for market research purposes from contractors with experience in providing professional off-site high-volume healthcare laundry services that comply with all applicable federal regulations, infection control standards, and VA operational requirements. Location of services is in/around San Juan, Puerto Rico for one or more VA Medical Centers (VAMC). The contractor shall provide laundering, processing, and delivery services daily for approximately 6,000 to 7,000 pounds of soiled healthcare laundry. Items to be serviced include but are not limited to patient linens (sheets, pillowcases, fitted sheets), staff scrubs and uniforms, towels, patient pajamas, and undergarments, reusable underpads, privacy curtains, and mop heads. All laundry shall be processed in accordance with Centers for Disease Control and Prevention (CDC) healthcare laundry guidelines, OSHA Bloodborne Pathogens Standards, and industry best practices to prevent healthcare-associated infections (HAIs). A facility layout that separates clean and soiled laundry areas is strongly preferred and should be demonstrated in the response. Contractors must detail their infection control protocols, handling procedures, and quality control measures. The laundering, processing, and delivery services are seven days a week and 365 or 366 days a year, not just Monday to Friday. Contractors must demonstrate the capability to meet a strict delivery and pickup schedule. Soiled laundry shall be picked up daily between 2:00 p.m. and 2:30 p.m local time. Clean laundry shall be delivered no later than 8:00 a.m. to ensure linen availability before patient hygiene and breakfast service. The contractor must have a contingency plan to ensure operations continuity during emergencies, natural disasters, or unforeseen events affecting logistics or processing. Facilities may be located anywhere but must demonstrate reliable transportation capacity and timeliness regardless of distance from the San Juan VAMC. Other considerations include: protection of patient privacy and sensitive information during linen processing and transport; sustainability practices (e.g., water-efficient machinery, low-emission delivery vehicles, eco-friendly detergents); adaptability to changing linen volumes or specialized needs; and flexibility to meet emerging regulatory and operational requirements. The Government reserves the right to consider alternative approaches to linen service if proposed methods better satisfy VAMC operational needs while maintaining quality and infection control compliance. SITE VISIT The Government intends to perform site visits to interested vendors facilities. In your response, please confirm your availability to provide the Government with a guided tour of your laundry facility and provide your facility s physical address. Each tour is anticipated to take approximately one hour and will be scheduled for either June 24th or June 25th. Once all responses have been received, the VA will coordinate and communicate the confirmed date and time for the tour. SUMMARY OF REQUESTED INFORMATION Interested Vendors are invited to submit a capability statement that includes the following information: General Information: Company Name Company Address Point of Contact Name/Email/Phone Number UEI Number Business Size Standard Under NAICS 812320 SDVOSB Designation (Y/N) Other Socio-economic Designation (VOSB, 8(a), HUBZone, WOSB, etc.) Physical address of the laundry facility. Confirmation of your availability to provide the Government with a guided tour of your laundry facility on June 23 or 24, 2025, and the name, email, and phone number for the primary point of contract for the tour. Summary of relevant experience with healthcare or hospital clients, detailing: Facility layout demonstrating separation of clean and soiled laundry areas Details of infection control protocols, handling procedures, and quality control measures Demonstration of capability to meet a strict delivery and pickup schedule Facility processing capacity Certifications (e.g., HLAC, TRSA) and infection control compliance Delivery and logistics capabilities, including demonstration of reliable transportation capacity and timeliness regardless of distance to the San Juan VAMC Protection of patient privacy and sensitive information during linen processing and transport Sustainability practices (e.g., water-efficient machinery, low-emission delivery vehicles, eco-friendly detergents) Adaptability to changing linen volumes or specialized needs Flexibility to meet emerging regulatory and operational requirements The VA appreciates industry s collaboration and is looking forward to receiving your responses. DISCLAIMER This notice is issued solely for informational and planning purposes. It does not obligate the Government to issue a solicitation or award a contract. Respondents will not be reimbursed for any costs associated with responding to this notice. Information received will be used solely for market research purposes. (End of Notice)