SPECIAL NOTICE
S -- 629-26-1-622-0009 Scrub / Linen Machine
- Notice Date
- 3/11/2026 1:42:16 PM
- Notice Type
- Special Notice
- NAICS
- 445132
—
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25626Q0472
- Response Due
- 3/30/2026 2:00:00 PM
- Archive Date
- 05/14/2026
- Point of Contact
- Luke Miles, Contracting Officer, Phone: 504-315-6977
- E-Mail Address
-
luke.miles@va.gov
(luke.miles@va.gov)
- Awardee
- null
- Description
- This is an INTENT TO SOLE SOURCE NOTICE only. The Department of Veteran Affairs, Network Contracting Office (NCO) 16, intends to issue a sole-source contract under the procedures authorized in VAAR 819.7008 (DEVIATION) or VAAR 819.7009 (DEVIATION), to: L1 Enterprises 618 W Patrick ST Frederick, Maryland 21701-4028 CAGE: 4SEC9 UEI: RK5ZXQ77CN73 This will be a base award with four potential option years. The requirement for Southeast Louisiana Veterans Health Care System (SLVHCS), New Orleans, LA, is to procure: Services to install, stock, and maintain Scrub and Linen Dispensing System for use at the SLVHCS facility. This notice of intent is not a request for quotations; interested parties may express their interest by providing a capabilities statement not later than 3/30/2026 to luke.miles@va.gov. When responding to this announcement, respondents should refer to number 36C25626Q0472. Notice of Intent in the subject line. The capabilities statement must provide clear and unambiguous evidence to substantiate the capability of the party to provide the required products. Responding as an interested party under the www.beta.sam.gov website does not constitute convincing evidence of capabilities. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal and facsimile responses are not acceptable and will not be considered. All interested parties are reminded to be registered with System for Award Management (SAM) at https://sam.gov/SAM/ in order to be eligible for award of Government contracts. No telephone calls will be accepted. If after 3/30/2026, no viable responses have been received in response to this announcement, NCO 16 shall negotiate solely with L1 Enterprises. Responses do not preclude the government from making a sole-source award based on adequate justification from the requiring activity. The Government anticipates the award of a firm-fixed-price contract. A determination by the Government whether to compete the proposed requirement shall be based upon responses received and is solely within the discretion of the government. Information received shall be considered solely for the purpose of determining whether to conduct a full solicitation. Any vendors interested in this requirement should be prepared to demonstrate that their products/services meet the following salient characteristics: (CONTINUED ON NEXT PAGE) SCRUB DISPENSING MACHINE The scrub dispensing machine must, at a minimum, meet the following characteristics: Provide surgeons, nurses with clean scrubs. Control access to scrubs Ensure availability to authorized staff Reduce touch points and cross contamination Soiled scrubs are kept enclosed Each internal slot holds a set of scrubs (pants and top) or one jacket. Machine must not move the scrub/linen internally to prevent potential failure points or jamming (i.e. no rotating drums moving scrubs to the access doors). Dispense time shall be 5 seconds or less. LINEN DISPENSING MACHINE The linen dispensing machine must, at a minimum, meet the following characteristics: Unit is specifically designed to accommodate linen only. Door operation must be completely automated during open and close. Automated door open in three (3) seconds for immediate access and close within six (6) seconds to reduce end user manual use to reduce mechanical failure and reduce cross contamination. The length of door remaining open should be adjustable. Unit should utilize software compatible with existing equipment for communication and reporting purposes. Software should: Include a range of usage, user, and inventory control reporting. Use scale weight based data taken from transactions in unison with badge access data to determine departmental as well as user usage. Provide for management of customizable alerts of both current inventory needs as well as forecasting of inventory shortages. Incorporates a touchpad that is unique to each standalone unit that allows for a large volume of badge access during peak time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b0a833cd6f94cc5bd748727427938b6/view)
- Record
- SN07741234-F 20260313/260311230040 (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 |