J036--Amendment 0001, RE#1-Questions and Responses, RE#2-Schedule Site Visit RE#3 Question Due date, RE#4-Extend Response/Close Date CAVHS Laundry Maintenance and Services
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
Amendment 0001 to the Combined Synopsis/Solicitation for Laundry Maintenance and Services at the Central Arkansas Veterans Healthcare System (CAVHS) in North Little Rock, AR, has been issued by the Department of Veterans Affairs (VA), Network Contracting Office 16. This Total Small Business Set-Aside opportunity requires a comprehensive managed maintenance program for laundry equipment. The amendment provides responses to vendor questions, schedules a site visit, and extends the deadlines for questions and quotes.
Scope of Work
The requirement is for a total Managed Maintenance Program for laundry equipment located at the Eugene J. Towbin VA Healthcare Center (CAVHS) at 2200 Fort Roots Drive, North Little Rock, AR. It has been clarified that no laundry equipment is to be serviced at the John L. McClellan Memorial Veterans' Hospital (JLMMVH); all equipment is at CAVHS. Services include all technical services, routine required maintenance and repairs, preventive maintenance (PM), any necessary OEM testing, routine inspections, and any unscheduled maintenance. The contractor must provide OEM trained and certified personnel (applicable to both prime and subcontractors), transportation, labor, supervision, tools, materials, software, manufacturer technical assistance, and necessary equipment for troubleshooting, calibration, adjusting, and replacement of worn or defective parts. A computerized maintenance management software (CMMS) for tracking repairs and recommended parts is also required.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: 5 years (Base year: September 1, 2026 - August 31, 2027, with four option years).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment, except Automotive and Electronic, Repair and Maintenance)
- Size Standard: $12.5 Million
- Estimated Value: A "Parts Rider" is included with an amount of $125,000.00 for excluded parts.
Submission & Evaluation
- Evaluation: Lowest Price Technically Acceptable (LPTA) process.
- Questions Due: April 8, 2026, by 1:00 PM CST. Submit via email to anthony.marion2@va.gov.
- Quotes Due: April 20, 2026, by 10:00 AM CST. Submit electronically via email to anthony.marion2@va.gov.
- Submission Format: One electronic copy in Microsoft Word or Adobe Acrobat format, virus checked. Faxed quotes are not permitted.
- Site Visit: Scheduled for April 7, 2026, from 9:00 AM to 10:30 AM CST at 2200 Fort Roots Drive, BLDG 111, RM 103, North Little Rock, AR 72114. Vendors are asked to confirm attendance via email with Christopher Davidson and Anthony Marion.
Key Requirements for Offerors
- Provide OEM trained and certified technicians (prime and subcontractors).
- Submit current OEM documentation/evidence/agreement for each brand-named piece of equipment. Failure to submit will deem the quote unacceptable.
- Provide a computerized maintenance management software (CMMS).
- Provide proof of "Certificate of Insurance" with the technical quote.
- NFPA 70E credentials for all personnel will suffice for safety training requirements.