3590--Janitorial Carts | Tulsa CHIP-IN | 623
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 Eastern Oklahoma VA Health Care System (EOVAHCS), is conducting a Sources Sought inquiry to identify qualified vendors capable of providing USA domestic-made Janitorial Carts and Accessories for the new Tulsa VA Medical Center in Tulsa, OK. This is for information and planning purposes only and does not constitute a solicitation. Responses will inform future acquisition decisions.
Scope of Work
The VA requires 22 housekeeping carts and a comprehensive set of accessories to support Environmental Management Service (EMS) operations. The carts must be double-tower, feature a large extension base, locking 6-gallon drawer, lockable towers, durable and easy-to-clean copolymer components, quiet operation, silent-close lids, and high-maneuverability casters. They must be compatible with the MIYO accessory system and designed for healthcare environments. Accessories include bag holder frames, 32-gallon trash bags, bag covers, shelving sets, clip/mop handle holders, extension bases, vacuum cleaner holders, and 2-gallon top-down charging buckets with lids. Products must meet or exceed specified "salient characteristics," with OEM part numbers provided as a basis for "brand name or equal" products. Installation is not included.
Submission Requirements
Interested vendors must provide their company name, address, point of contact, and business size classification (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business). Respondents should confirm if they are considered small under NAICS 333310, whether they are a manufacturer or distributor, and if they alter/assemble/modify items. Details on existing federal contracts (FSS GSA/NASA SEWP/NAC) and product availability on schedules are also requested. Submissions must include capabilities regarding the Statement of Work and evidence that any "brand name items" meet all salient characteristics. Confirmation that items are domestic end products per FAR 52.225-1 is required.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- Response Due: May 4, 2026, by 10:00 AM PST
- Published: April 20, 2026
- Anticipated Delivery Period: May 1, 2026 – August 1, 2026
Additional Notes
This is not a solicitation, and responses are not offers. Responders are responsible for all associated costs. Responses do not guarantee inclusion on a prospective bidders list or receipt of a future solicitation. All responses must be submitted via email to ian.putnam@va.gov, referencing 36C24W26Q0151. The Statement of Work and a Cut Sheet detailing product characteristics are available.