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) is soliciting quotes for six (6) Laundry Weight Carts with Digital Indicator and Load Cell for the Veterans Health Care System of the Ozarks (VHSO) in Fayetteville, AR. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. Quotes are due April 20, 2026, at 2:00 PM CDT.
Purpose & Scope
This solicitation (36C25626Q0535) aims to procure six new digital laundry weight carts to replace end-of-life units at VHSO Fayetteville, AR. The purpose is to ensure continued compliance with workload handling requirements, accurate weight measurements, and operational efficiency in laundry services.
Key Requirements
The required carts must be factory pre-assembled, calibrated, and fully functional upon delivery. Salient characteristics include:
- Load Capacity: 120–150 pounds.
- Dimensions: 35.5" W x 39.5" D x 56" H.
- Mobility: Four (4) swivel wide-track 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.
- 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.
- Source: Products must be obtained directly from the Original Equipment Manufacturer (OEM) or an OEM-authorized distributor/reseller, with an Authorized Distributor Letter required.
Contract Details
- Contract Type: Firm-Fixed-Price.
- Period of Performance (Base): April 13, 2026 – June 12, 2026.
- Delivery: Within 60 Days After Issuance of Purchase Order.
- NAICS Code: 333310 – Commercial and Service Industry Machinery Manufacturing; Size Standard: 1000 Employees.
Submission & Evaluation
- Submission Deadline: April 20, 2026, at 2:00 PM CDT.
- Submission Method: Electronically via email to caleb.parker@va.gov. All required documents must be submitted as PDF files.
- Technical Questions Due: March 25, 2026, 12:00 PM CST.
- Evaluation Factors:
- Technical Capability (Pass/Fail)
- Delivery Lead Time
- Price
- Award will be made to the responsible offeror whose quote is most advantageous to the Government, considering price and other factors (comparative evaluation).
Eligibility & Notes
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). Contractors must acknowledge all amendments, including the latest (0003) extending the due date, by signing box 15b and submitting it with their quote to remain eligible for award. Delivery is to the facility's loading dock; no inside delivery is required. The facility can accommodate a 53-foot trailer. The Government has no specific brand preference, but products must meet or exceed all salient characteristics.