In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. There is no solicitation document as this time. Additionally, the Government reserves the right to revise the Performance Work Statement and other contract requirements, before the release of any associated solicitation. This notice is not a Request for Proposals (RFP). The information provided in this notice is subject to change prior to the release of any solicitation.
The Department of Veterans Affairs, Network Contracting Office 21 is conducting market research to identify potential sources for LAUNDRY / LINEN SERVICES supporting the Department of Veterans Affairs, Geriatrics, Rehabilitation and Extended Care Services (GREC), Center for Aging (CFA), Bldg. 110, 459 Patterson Rd., Honolulu, HI 96819-1522. The attached Statement of Work is a draft document and is subject to change prior to release of a solicitation.
SCOPE OF WORK: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, parts, and supervision to perform Laundry / Linen Services located at the Department of Veterans Affairs, Geriatrics, Rehabilitation and Extended Care Services (GREC), Center for Aging (CFA), Bldg. 110, 459 Patterson Rd., Honolulu, HI 96819-1522.
SMALL BUSINESS REQUIREMENTS: For market research purposes, all responses to this notice will be reviewed, regardless of small business/socioeconomic category, including those firms that are identified as large businesses. Review of responses to this notice will support later determination of set-aside requirements, if a solicitation becomes available, where the rule of two is met regarding a set-aside, including set-asides under 38 U.S.C. 8127 and 8128 for Service Disabled Veteran Owned Small Businesses (SDVOSB) and/or Veteran Owned Small Businesses (VOSB) firms registered in the Small Business Administration’s Dynamic Small Business Search (DSBS) Engine database, in accordance with priorities set by regulation.
NAICS CODE: 812320 Drycleaning and Laundry Services (except Coin-Operated)
PRODUCT OR SERVICE CODE (PSC): S209 Housekeeping- Laundry/Drycleaning
BUSINESS SIZE STANDARD: $8.0 MILLION
NOTE: Please ensure that System For Award Management (SAM) (www.sam.gov) indicates this NAICS code if you are interested in the requirement.
INSTRUCTIONS FOR RESPONDING: Only firms seriously interested and truly capable should send their information and/or capability statement and any questions by email toladonna.collins@va.gov with the following information:
(1.) A summary of relevant experience in providing linen services.
(2.) Company Point of Contact, including name, title, phone number and email address.
(3.) Company name, Unique Entity Identifier (UEI) number, small business/socioeconomic status of the company, and address of the applicable office.
(4.) Documentation evidencing certification/licensure to provide services in the State of California
(5.) Accord Certificate of Insurance
Additional information may be requested by the Contracting Officer at a later time.
POINT OF CONTACT:
LaDonna Collins
Contracting Officer
Network Contracting Office (NCO) 21
U.S. Department of Veterans Affairs
ladonna.collins@va.gov
DUE DATE FOR RESPONSES: This notice will close on Thursday August 14, 2025, at 01:30pm Pacific Time.
Capability statements that include the following:
- Identify geographical areas your company currently services?
- Approximately how many current employees do you have in the service area(s)?
- Indicate prior experience for same/similar service in these geographical areas. If the experience is through a government contract, please identify the contract number.
- The potential source does not merely subcontract with the services and acts as prime contractor to provide all services directly to its customers and/or the Veterans Health Administration.
- The potential source holds all licenses/certifications and insurance required by the State of California.
- The potential source directly owns and controls all equipment, facilities, management, financial means, and other items necessary to directly perform the required services.
- The potential source is registered in the System for Award Management (SAM) database at https://www.sam.gov, as whichever entity/office that would receive award in the event of a solicitation.
- The potential source is registered in the Small Business Administration’s Dynamic Small Business Search (DSBS) Engine database at https://dsbs.sba.gov/search/dsp_dsbs.cfm, if applicable. (This is only applicable to firms meeting Small Business Administration (SBA) and VA requirements for Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB) programs.)
- The potential source has completed submission of the current cycle, for calendar year 2023, VETS-4212 Report at https://www.dol.gov/agencies/vets/programs/vets4212. (Only applicable where the potential source has held federal contracts in the amount of $150,000.00 or more, performed during the current cycle).
- The potential source has favorable (satisfactory) past performance information for federal contracts, as documented in Government databases, including the Responsibility / Qualification (Formerly referred to as FAPIIS) and Contractor Performance Assessment Reporting System (CPARS), where applicable.
Before responding please carefully read and consider the following:
As this is a service acquisition, the Small Business Administration and the Federal Acquisition Regulation have a Limitations on Subcontracting requirement. For all small businesses, to include SDVOSB and VOSB, “At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.” See FAR 52.219-14 and FAR 52.219-27 available in full text at https://www.acquisition.gov/far/html/52_217_221.html
The Service Contract Act will apply.
Please see the DRAFT Statement of Work attached for further details.