8415--Fire Resistant Uniforms for the Batavia and Buffalo VA Medical Centers
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 2, is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract to provide Fire Resistant (FR) and Non-FR Uniforms for the Batavia and Buffalo VA Medical Centers. This solicitation, 36C24226Q0380, has been amended to clarify specific FR requirements for certain uniform items. Offers are due March 26, 2026, by 12:00 PM EST.
Scope of Work
The contractor will supply a range of uniforms for employees in Electric, Maintenance Mechanic, HVAC Shops, and Boiler Plant. Key items include:
- FR Pants: Dark Navy Blue, meeting NFPA 70E CAT 2 rating and UL® classified to NFPA 2112.
- FR Button-Up Long-Sleeved Shirt: Dark Navy Blue or Black, button-down collar, two chest pockets, meeting NFPA 70E CAT 2 rating and UL® classified to NFPA 2112.
- FR Long-Sleeved Shirt: Dark Navy Blue or Black, UL® classified to NFPA 2112, with a left-chest pocket.
- Hooded Sweatshirts: Pullover, Quarter-Zip, or Zip-Up options; Dark Navy Blue or Black; minimum 13-ounce cotton polyester blend, rain resistant. These are not required to be FR.
- Short & Long-Sleeved T-Shirts: Black, minimum six (6) ounce 100% pre-shrunk cotton, left-chest pocket, crew neck. Long-sleeved t-shirts are for undergarment use and are not required to be FR. All sizing will cover manufacturer's full range, including tall sizes, and orders will be bundled by employee number. The vendor must facilitate returns/exchanges at no additional cost and provide a one-year warranty.
Contract Details
- Contract Type: Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: Five (5) years, consisting of a 12-month base period and four 12-month option periods.
- Estimated Maximum Value: $47,000,000 (estimated, not guaranteed).
- Guaranteed Minimum: $10,000.00 between award and September 30, 2026.
- Set-Aside: This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
- NAICS Code: 812332 – Industrial Launderers (Small Business Size Standard: $47.0 Million).
- Product/Service Code: 8415 – Clothing, Special Purpose.
- Place of Performance: Batavia VA Medical Center (222 Richmond, Batavia, NY 14020) and Buffalo VA Medical Center (3495 Bailey Avenue Buffalo, NY 14215).
Submission & Evaluation
- Offer Due Date: March 26, 2026, 12:00 PM EST.
- Questions Due: March 16, 2026, 12:00 PM EST.
- Submission Method: Electronically via e-mail to Jonathan Kilgore (Jonathan.Kilgore@va.gov).
- Offer Validity: Offers must be valid for 60 calendar days.
- Evaluation Factors: Technical Capability, Past Performance, and Price.
- Required Submissions: Offerors must provide the solicitation number, company information (name, address, phone, UEI, EFT indicator), information for evaluation factors, completed representations and certifications, two examples of relevant past contracts, and a completed Limitations on Subcontracting - Certificate of Compliance.
- Eligibility: Offerors must be certified SDVOSBs listed in the SBA database at the time of offer submission and award.
Additional Notes
Delivery is required within thirty (30) days after receipt of each order. Telephone calls will not be accepted for questions or concerns. Pricing shall be all-inclusive.