Laundry Weight Carts with Digital Indicator and Load Cell
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), specifically Network Contract Office 16, is soliciting quotes for the procurement of six (6) Laundry Weight Carts with Digital Indicator and Load Cell. These carts are intended for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, AR. This opportunity is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Quotes are due by April 13, 2026, at 2:00 PM CDT.
Purpose & Scope
The primary purpose of this acquisition is to replace existing laundry weight carts that have reached the end of their lifecycle, ensuring continued compliance with workload handling requirements, accuracy of weight measurements, and operational efficiency at VHSO. The requirement is for six (6) complete Digital Laundry Weight Carts, each with a digital indicator and industrial-grade load cell system.
Key requirements include:
- Carts must be factory pre-assembled, calibrated, and fully functional upon delivery.
- Salient Characteristics: Load capacity of 120–150 pounds; dimensions of 35.5" W x 39.5" D x 56" H; four (4) swivel widetrack casters (minimum 450 lb capacity each).
- Weighing System: Industrial-grade load cell, digital LCD indicator (pounds and kilograms), overload protection, RFI shielding, and an accuracy of ±0.3% of applied load.
- Compatibility: Must be compatible with Tingue Slings for carts with interior dimensions of 35.5” W × 39.5” D.
- Documentation: Manufacturer’s recommended maintenance schedule, operating instructions, user manuals, and warranty documentation.
- Warranty: Standard manufacturer warranty covering parts, labor, defects, load cell, and indicator components.
- Sourcing: Products must be obtained directly from the Original Equipment Manufacturer (OEM) or an OEM-authorized distributor/reseller, with an Authorized Distributor Letter furnished with the quotation.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance (Base): April 13, 2026 – June 12, 2026.
- Delivery Timeline: Within 60 Days After Issuance of Purchase Order. Delivery is to the facility's loading dock, with offloading required; no inside delivery. The facility can accommodate a 53-foot trailer.
Submission & Evaluation
- Submission Deadline: April 13, 2026, 2:00 PM CDT.
- Submission Method: Electronically via email to caleb.parker@va.gov. All required documents must be submitted as PDF files.
- Evaluation Factors: Technical Capability (Pass/Fail), Delivery Lead Time, and Price. Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors (comparative evaluation).
- Amendment Acknowledgment: Offerors must acknowledge receipt of all amendments (including 0001 and 0002) by signing box 15b and submitting it with their quote. Failure to acknowledge amendments may result in ineligibility for award.
Eligibility & Notes
- This is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside.
- Offerors must be registered in the System for Award Management (SAM).
- NAICS Code: 333310; Size Standard: 1000 Employees.
- The Government has no specific brand preference; any offered product must meet or exceed all salient characteristics and requirements.
- Contact: Caleb Parker, caleb.parker@va.gov.