8415--Fire Resistant Uniforms for the Batavia and Buffalo VA Medical Centers

SOL #: 36C24226Q0380Pre-Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

Place of performance not available

NAICS

Industrial Launderers (812332)

PSC

Clothing, Special Purpose (8415)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)

Timeline

1
Posted
Mar 9, 2026
2
Last Updated
Mar 18, 2026
3
Response Deadline
Mar 26, 2026, 4:00 PM

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 02, is soliciting quotes for Fire Resistant (FR) and Non-FR Uniforms for the Batavia and Buffalo VA Medical Centers. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside for a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract. Offers are due March 26, 2026, by 12:00 PM EST.

Scope of Work

The contract requires the provision of various uniforms for employees in Electric, Maintenance Mechanic, HVAC Shops, and Boiler Plants. Key items include:

  • FR Pants: Dark Navy Blue, NFPA 70E CAT 2, UL® classified to NFPA 2112.
  • FR Button-Up Long-Sleeved Shirt: Dark Navy Blue or Black, NFPA 70E CAT 2, UL® classified to NFPA 2112.
  • FR Long-Sleeved Shirt: Dark Navy Blue or Black, UL® classified to NFPA 2112.
  • Hooded Sweatshirts: Pullover, Quarter-Zip, or Zip-Up options; Dark Navy Blue or Black, minimum 13-ounce, rain-resistant (not required to be FR).
  • Short & Long-Sleeved T-Shirts: Black, minimum six-ounce, 100% pre-shrunk cotton (not required to be FR).

All uniforms must meet specified performance requirements, and the vendor must facilitate returns/exchanges at no additional cost and provide a one-year warranty. Sizing will cover all manufacturer-offered sizes, including tall, and orders will be bundled by employee number. Delivery is required within thirty (30) days after receipt of each order to both VA Medical Centers.

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 Million.
  • Guaranteed Minimum: $10,000.00 between award and September 30, 2026.

Submission & Evaluation

  • Questions Due: March 16, 2026, by 12:00 PM EST.
  • Offers Due: March 26, 2026, by 12:00 PM EST.
  • Submission Method: Electronically via email to Jonathan Kilgore (jonathan.kilgore@va.gov).
  • Evaluation Factors: Technical Capability, Past Performance, and Price.
  • Required Submissions: Offerors must provide two examples of similar contracts completed within the last five years and a completed "Limitations on Subcontracting - Certificate of Compliance."

Eligibility / Set-Aside

This procurement is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Offerors must be certified SDVOSBs listed in the SBA certification database at the time of offer submission and award. The NAICS Code is 812332 (Industrial Launderers) with a $47.0 Million small business size standard, and the Product/Service Code is 8415 (Clothing, Special Purpose).

Contact Information

People

Points of Contact

Jonathan KilgoreContracting OfficerPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download
View

Versions

Version 4
Solicitation
Posted: Mar 18, 2026
View
Version 3Viewing
Pre-Solicitation
Posted: Mar 18, 2026
Version 2
Solicitation
Posted: Mar 9, 2026
View
Version 1
Pre-Solicitation
Posted: Mar 9, 2026
View