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 the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, AR, is soliciting proposals for the procurement of six (6) Laundry Weight Carts with Digital Indicator and Load Cell. This Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside opportunity aims to replace end-of-lifecycle units to ensure continued compliance, accurate weight measurements, and operational efficiency. Quotes are due by April 2, 2026, at 2:00 PM CST.
Scope of Work
The requirement is for six complete Digital Laundry Weight Carts, each equipped with a digital indicator and industrial-grade load cell system. Carts must be factory pre-assembled, calibrated, and fully functional upon delivery. Key Salient Characteristics include:
- Load capacity: 120–150 pounds.
- Dimensions: 35.5" W x 39.5" D x 56" H.
- Mobility: Four (4) swivel widetrack casters, each with a minimum load capacity of 450 lb.
- Weighing System: Industrial-grade load cell, digital LCD indicator (pounds and kilograms), overload protection, RFI shielding, and accuracy of ±0.3% of applied load. The system must be factory calibrated.
- 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.
- Delivery: To the facility's loading dock; no inside delivery required. The facility can accommodate a 53-foot trailer.
Contract & Timeline
- 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.
- Technical Questions Due: March 25, 2026, 12:00 PM CST.
- Submission Deadline: April 2, 2026, 2:00 PM CST.
Submission & Evaluation
- 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 Amendment 0001 by signing box 15b and submitting it with their quote. Failure to acknowledge will render the contractor ineligible for award.
Eligibility / Set-Aside
This acquisition is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside. Offerors must be registered in the System for Award Management (SAM). The NAICS Code is 333310 (Commercial and Service Industry Machinery Manufacturing) with a size standard of 1000 employees.
Additional Notes
Contractors must provide products obtained directly from the Original Equipment Manufacturer (OEM) or an OEM-authorized distributor/reseller and furnish an Authorized Distributor Letter with the quotation. The Government has no specific brand preference; offered products must meet or exceed all salient characteristics. No on-site training is required, but remote or video-based training materials should be provided if available.