Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 14, 2025 SAM #8693
SOURCES SOUGHT

S -- Ann Arbor Off-Site Linen Services LTC Charles S. Kettles VA Medical Center (Ann Arbor, MI)

Notice Date
9/12/2025 9:09:14 AM
 
Notice Type
Sources Sought
 
NAICS
812331 — Linen Supply
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25025Q0948
 
Response Due
9/19/2025 12:00:00 PM
 
Archive Date
11/18/2025
 
Point of Contact
Alexis S. Alexander, Contract Specialist, Phone: 734-222-7169
 
E-Mail Address
Alexis.Alexander1@va.gov
(Alexis.Alexander1@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Page 1 of Page 4 of 29 Page 1 of The Department of Veterans Affairs (VA), VA Healthcare System, Network Contracting Office (NCO) 10, on behalf of Ann Arbor VA Medical Center in Ann Arbor, Michigan, is conducting market research through this sources sought notice to seek sources that can provide both medical facility laundry services and hospitality hotel-quality linen cleaning services to the VA Ann Arbor Fisher House and Green Road VA Clinic, both located in Ann Arbor, Michigan. The Performance Work Statement has been attached for reference. The NAICS Code for this acquisition is 812331, size standard $40 million. The product service code is S209 Housekeeping Laundry/Dry-cleaning. The contracting office is contemplating award of an Indefinite Delivery Indefinite Quantity contract for five years beginning May 29, 2026. Pursuant to FAR Part 10, Market Research, the purpose of this notice is to determine if sources capable of satisfying the agency's requirements exists and to determine the commercial practices of company's engaged in providing the needed service. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. Contractors that can provide this requirement and meets the requirements below are requested to send: 1. Company Name 2. SAM UEI number 3. Business size under NAICS 812331 4. If the service(s) are available on an FSS contract or not and the FSS contract number if it is available on contract. 5. Notification if they are a U.S. Small Business Administration s (SBA) Small Business Search (SBS) registered VOSB/SDVOSB or not. Contractors must be registered and certified in SBS to be considered VOSB/SDVOSB. 6. If you believe another NAICS code is more suitable for these services, please include the code. 7. Is there any reason you would not be interested in responding to a solicitation? 8. Please provide a short narrative on the technical capability and interest in providing the requested services. 9. Any questions, comments, or concerns, that may otherwise assist us. Disclaimer This Notice is issued for information and planning purposes only and does not itself constitute an RFP, RFQ or IFB. The Government does not intend to award a contract based only on responses to this Sources Sought Notice. Responses to the notice will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. The VA will not pay for information received in response to this Sources Sought Notice. Do not submit pricing information in response to this Sources Sought Notice. Responses must be received NLT 3:00 PM EST on September 9, 2025. Please email all responses to Alexis.Alexander1@va.gov with subject line Sources Sought 36C25025Q0948 Laundry Service Page 29 of 29 PERFORMANCE WORK STATEMENT (PWS) Background: The LTC Charles S. Kettles VA Medical Center has a requirement for hospitality linen service at various locations, including the Ann Arbor Fisher House, the Green Road VA Clinic, and other locations in Michigan that could be added by modification in the future. The Fisher House consists of one building with 16 bedroom/bathroom/suites. The Green Road VA Clinic for Sleep and Dermatology is one building and consists of six bedroom/bathroom suites and eight exam rooms. Scope: The Contractor shall be responsible for laundering, processing, and delivery of all linens, which shall include bath towels, washcloths, shower curtains, sheets, pillowcases, duvet covers, pillow shams, bed bug covers, blankets, comforters, mattress pads, and pillows. The Contractor shall provide hospitality linen service in a manner that will maintain a satisfactory facility condition as determined by the Contracting Officer s Representative (COR). The Contractor shall provide all necessary labor, travel, supervision, equipment, supplies and coordination. Service shall be required two (2) days a week. Place and Time of Performance: These services will be performed at the following locations: VA Ann Arbor Fisher House 2215 Fuller Court Building 36 Ann Arbor, MI 48105 Green Road VA Clinic (Sleep and Dermatology) 2500 Green Road, Suite 200 Ann Arbor, MI 48105 TBD (Other locations in Michigan could be added via future modification) Regular working hours are Monday through Friday, 8:00 a.m. EST to 4:00 p.m. EST. Additional services beyond this window may be required (see below in section 8). The following federal legal holidays are observed by this facility*: New Year s Day 1 January Martin Luther King s birthday 3rd Monday in January President s Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth 19th June Independence Day 4 July Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran s Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December *Any holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday. Period of Performance: The Contract will include a base ordering period followed by four ordering periods, exercisable solely at the discretion of the Government. Contractor Personnel Contract Manager/Point of Contact: The Contractor shall assign a Contractor Plant Manager (CPM) to be an on-site manager at their laundry processing plant who shall be physically present during prescribed work hours. The CPM is solely responsible to supervise the provision of these laundry/linen services to VA and serves as the primary point of contact with the Government. The Contractor shall designate a qualified alternate to substitute for the CPM in his absence or during periods of work performed after normal work hours. The CPM must meet the following requirements: Certified by ALM or graduate of an independently controlled management training program emphasizing institutional laundry. The formal course must have been previously established. CPM shall have at least three years of specialized experience in this capacity. This specialized experience maybe substituted for certification. The CO and COR must be provided with the name, address and telephone number where the CPM is to be reached during normal business hours and off duty hours within 15 days after award. The same information will be provided for a qualified alternate when the CPM is not available. The Contractor is responsible for the effective implementation of their Quality Control program, and shall be responsive to the requirements of the Government s Quality Assurance Plan conducted by the COR. CPM or alternate shall respond in person, or by telephone, within two (2) hours of notification by the COR. The CPM and any designated alternate shall have full authority to contractually commit the Contractor for prompt action on matters pertaining to the contract. The Contractor shall provide a contract manager who will be responsible for the performance of the contract. The contract manager shall have full authority to act on behalf of the Contractor on all contract matters relating to the daily operation of this contract. The contract manager or alternate(s) shall be available during normal business hours and be able to meet, either in-person or telephonically, with VA personnel Contractor Employees: All services shall be performed by qualified skilled and trained personnel who are able to converse in English, and who are licensed and authorized to perform the work defined herein. Contractor personnel shall present a neat appearance and be easily recognized as contract employees. This may be accomplished by wearing distinctive clothing bearing the company name and/or by wearing appropriate badges that prominently display the Contractor s company name or a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. Contractor personnel shall conduct themselves in a professional manner (i.e., timeliness, communication (spoken and written), etc.). The CO may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. The Contractor shall not employ persons for work on this contract if such an employee is identified to the Contractor by VA Police or CO as a potential threat to the health, safety, security, general well-being, or mission of the medical center and the VA. The Contactor shall not employ any person who is presently an employee of the U.S. Government when and if the employment of that person would create either a conflict of interest or the perception of such a conflict. Specific Tasks: The Contractor shall clean all linen at its place of business. Pick-up and delivery of all linens will be from/to the locations identified above in Place and Time of Performance. Pick Up and Delivery Requirements: The Contractor shall provide all necessary labor, travel, supervision, equipment, supplies and coordination. The Contractor is to pick up soiled linen and deliver clean linen from all locations between the hours of 9:00 a.m. EST and 1:00 p.m. EST two days per week, excluding all holidays. The days will be based on prior agreement with the COR. When soiled linens are picked up, the cleaned linens from the previous pick-up day shall be delivered (i.e., Monday pick up delivered completed on Thursday, and Thursday pick up delivered on Monday). The clean linens shall be delivered wrapped in clear plastic or in covered cart. Linen from each location under this PWS shall be kept segregated from all other linens at all times during the laundering process. All exchanges should be completed at agreed time. If an emergency causes laundry to be missed on one of these days, the Contractor shall pick up/drop off the laundry on the following business day. Additional As-Needed Services: Due to the possible variations of lodging census and emergent situations, additional services may be required on an as-needed basis on off schedule days. Contractor shall respond to immediate calls within two (2) hours during regular working hours, Monday - Friday, 8:00 a.m. - 4:00 p.m EST. Procedures and Documentation Linens Processed Report: The Contractor shall provide the COR with a written report of all soiled linen processed and all clean linen delivered, showing cart tare weight and linen weight. This information must be on a delivery day basis and delivered to the COR at the end of the current delivery week. The reports of soiled linen received, and clean linen delivered, must show date, name of item, and number of pieces received. Contractor shall maintain documentation of all delivery services rendered, all replacement linen, and fair wear and tear rag outs. Invoice: The Contractor shall provide the COR a copy of an invoice identifying items picked-up and delivered, upon scheduled pick up / delivery timeframes. The invoice shall include: Time and date Driver Cost of the invoice The Contractor shall submit monthly invoices via Tungsten by the fifth business day of each month after services have been performed. Payment will be made via electronic payment directly to the Contractor. Invoices must be in accordance with FAR 32.905 or the COR will reject the invoice for proper submission. Ensure the dates of service and PO number are listed on the invoice. The Contractor shall not invoice for linen services for cleaned items until those linens have been delivered to the Government. Re-performance of laundry service must be completed by the next scheduled delivery following notification, for no additional cost to Government. If the Contractor does not comply with a request for re-performance or service cannot be re-performed, no payment will be made for the original cleaning services. The quantity of the laundry services not rendered shall be determined by the COR and CO and shall be deducted from the monthly invoice. The Contractor shall be informed in writing on the amount of the payment reduction. If the Contractor does not meet contractual obligations, the CO reserves the right to have the laundry services accomplished by a third party, in the business of laundry/dry-cleaning services, at the cost of the Contractor. Packing Slip and Manifest: A packing slip should be attached to each cart indicating item description, actual verified quantities (pieces) and/or weight, cart number, and packer s initials (legible). If any cart does not have the required packing slip, or if any part of the packing slip does not meet these requirements, or if the returned items do not match the count of the packing slips, the Contractor will be required to pick up the cart and return it with the proper quantity of clean linen to match the attached packing slip. The cart must be returned to the designated site by 2:00 p.m. EST the same day. A consolidated manifest is required for each delivery. Safety and Environmental Inspections: In the performance of this contract, the Contractor must take such safety precautions as necessary to protect the lives and health of individuals within the laundry plant and transportation vehicles. Contractor will be subject to frequent unannounced safety and environmental inspections. The Laundry Plant shall be open to inspection of sanitary conditions by the COR and/or the Fisher House representatives. Contractor will have ten (10) working days to correct sanitation infractions designated as non-critical and two (2) working days to correct critical infractions. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, must be corrected immediately. If the Contractor fails or refuses to correct deficiencies promptly, the CO may issue an order stopping all or any part of the work and hold the Contractor in default of the contract. The Contractor will comply with Federal, State, and local safety and fire regulations and codes. The Contractor shall keep abreast of and comply with changes in these regulations and codes. Contractor s personnel shall follow policies concerning fire/disaster programs. The Contractor shall display approved warning devices in all areas where operations may cause traffic obstruction or personnel hazard. Compliance Standards: All workmanship shall be in accordance with practices/guidelines established by the Association for Linen Management (ALM) and accepted industry standards to include Infection Prevention and Control Guide. It is intended that services shall include all processes necessary for the laundering and finishing of the articles even though every step involved is not specifically mentioned. The soil to clean variance should not exceed 8%-12% in alignment with national standards. All services shall be performed by qualified Contractors who are licensed and authorized to perform the work defined herein. All services shall be completed in a timely manner and in accordance with the state, local, federal, and VA standards as listed in the PWS. In no case shall clean and soiled linen share the same physical space. The Contractor must have a physical barrier separating the clean from soiled linen. The Contractor must maintain physical between clean and soil processing. After processing, laundered articles shall be in serviceable and sanitary condition, meeting established quality and performance requirement standards. The Contractor shall report any circumstances which may affect the performance of the work, unhealthy or hazardous conditions, or any delays or interference with work. Such reports shall be made immediately upon discovery by the Contractor to the COR and Fisher House Manager by phone. A follow-up shall be sent to the COR and Fisher House Manager via email or facsimile. Training and Records Maintenance: Contractor will be trained by Fisher House Manager what the exact expectation of the linen are to look like once cleaned and returned to Fisher House. Orientation and initial training of all personnel shall be accomplished within the first fourteen (14) days of employment with written documentation furnished to the COR. All training shall be documented, and written copies of signed attendance sheet provided to COR within ten (10) days of completion of training. Linen Control: The Government will supply a 5-day inventory of operating linens. On an as-required basis the Government will replace these linens as needed through normal wear and tear. The Contractor will notify the COR of any damaged or worn items needing replacement and shall return items separately for inventory requirements. The Contractor shall inventory the outgoing soiled linens and re-inventory the incoming clean linens. Items deemed too fragile to be cleaned by the laundry service due to high-temperature levels will be cleaned by housekeeping staff in the Fisher House washers and dryers as needed. NOTE: Fisher House utilizes hotel quality linens (high thread count, satin banding, etc.) vs. hospital quality linens. VA owned items lost or badly damaged while under the control of the Contractor must be replaced within a 30-day period at the Contractor s cost. Any articles billed for, but missing, shall be supplied by the Contractor in the next regularly scheduled delivery at no additional cost to the Government. Unusual losses, including suspected pilferage, shall be reported by the Contractor at once to the COR who will take immediate action to investigate the loss. If the loss is not recovered and deemed to be caused by the Contractor, the cost of replacement will be negotiated with the CO, along with the approval of the COR, on a quarterly basis. The COR will supply an itemized list of linen that will be replaced, (including item description, quantity and unit cost). Contractor shall comply with all Government request and policies relative to linen control. Contractor shall participate, as required by VA policy, in inventories of Government provided Hospitality linen. Any items found to have been unsatisfactorily cleaned according to quality and performance standards shall be re-cleaned at no additional cost to the government. Such items shall be identified for contractor recognition by the COR when they are returned on the next scheduled pick up after the unsatisfactory condition is discovered. These items are to be kept separate from the normal laundry items for separate processing so they are not included with invoiced clean items that are satisfactory. Linen Handling Instructions: Refer to handling instructions on linen tags if available, otherwise: Fisher House Linens: Flat Bottom Sheets (Queen, Full, and Twin) are to be cleaned, dried, and folded immediately to avoid excessive wrinkling (pressed as needed). They are to be kept separate from other items. Flat Top Sheets (Queen, Full, and Twin) - are to be cleaned, dried, and folded immediately to avoid excessive wrinkling (pressed as needed). They are to be kept separate from other items. Pillow cases must be cleaned, dried, and folded immediately to avoid excessive wrinkling (pressed as needed). They are to be kept separate from other items. Pillow protectors must be cleaned, tumble dried on low, and folded immediately to avoid excessive wrinkling. They are to be kept separate from other items. Pillow shams must be cleaned, and dried, and folded immediately to avoid excessive wrinkling (pressed as needed). They are to be kept separate from other items. Mattress Pads/protectors are to be cleaned, dried, folded, and kept separate from other items. NO HOT DRYERS Down Comforters are to be cleaned, dried, folded, and kept separate from other items. Must be dried on low setting. Quilts are to be cleaned, dried, folded, and kept separate from other items. Duvet inserts to be dry cleaned and folded immediately to avoid excessive wrinkling (pressed as needed). Duvet Covers - must be cleaned, dried, and pressed to avoid excessive wrinkling. Bed Bug Covers To be cleaned, dried, and folded. Bath Towels to be cleaned, dried, folded, and kept separate from other items. Hand Towels - to be cleaned, dried, folded, and kept separate from other items. Wash Cloths - to be cleaned, dried, folded, and kept separate from other items. Bath Mats - to be cleaned, dried, and kept separate from other items. Miscellaneous blankets and comforters are to be cleaned, dried, and folded. Shower curtains Throw blankets (lightweight) are to be cleaned, dried, and kept separate from other items Shower curtains are to be cleaned, dried, and kept separate from other items. Avoid excessive wrinkling but do not press. Bathrobes are to be cleaned, dried, and kept separate from other items. Decorative pillows shall be cleaned, dried, and kept separate from other items. Green Road Sleep Clinic Linens: All sheets, blankets, towels, and mattress protectors are to be cleaned, dried, and kept separate from other items. Items shall be cleaned in accordance with normal hospital linen cleaning procedures. The workload stated in the following schedule of services is an estimate and is in no way to be construed as a guarantee by the Government as to work that will be processed under contract. In this regard, the workload is subject to changes resulting from many factors, i.e. Fisher House admissions, clinical appointments, weather, mission changes, product changes (new light weight fabric, etc.).
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/873ec621964748b29d9ab90a83c922c7/view)
 
Place of Performance
Address: LTC Charles S. Kettles VA Medical Center 2215 Fuller Rd., Ann Arbor 48105, USA
Zip Code: 48105
Country: USA
 
Record
SN07589582-F 20250914/250912230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.