S209--LAUNDRY LINEN SERVICES CONTRACT
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 VA Northeast Ohio Healthcare System, is conducting a Sources Sought to identify qualified vendors for Laundry Linen Services at the Cleveland Fisher House in Cleveland, Ohio. This is for market research purposes to determine potential sources and their size classifications under NAICS Code 812332. Responses are due by March 20, 2026, at 12:00 PM ET.
Scope of Work
The VA requires Hospitality Linen Service for the Cleveland Fisher House on an as-needed basis. The anticipated contract structure is a Base Year with one three-year option. The Base Year Period of Performance (POP) is projected from October 1, 2026, through September 30, 2027.
Additionally, the vendor must provide a comprehensive service and maintenance agreement for any equipment. This agreement will cover adjustments, repairs, replacements for malfunctioning equipment, service calls, and initial startup and training for VA staff.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 812332 (Laundry And Dry Cleaning Services)
- Anticipated Contract Structure: Base Year + One Three-Year Option
- Base Year POP: October 1, 2026 – September 30, 2027
- Set-Aside: None specified (market research stage)
- Response Due: March 20, 2026, by 12:00 PM ET
- Published: March 17, 2026
Key Requirements for Response
Interested parties must submit a capability statement and three (3) customer references for similar services. Responses should also include:
- Company name, address, and point of contact.
- Business size classification (large or small, emerging, disadvantaged, 8(a), HUBZone, woman-owned, SDVOSB/VOSB).
- Federal Supply Schedule (GSA) availability and contract number, if applicable.
- Confirmation of direct service provision or manufacturing, including teaming/subcontracting details if applicable.
- SAM.gov registration status.
Submission Details
Responses must be emailed to Roman Savino at roman.savino@va.gov. Telephone responses will not be accepted.
Important Notes
This is solely a sources sought synopsis for informational purposes to assist the VA in making acquisition decisions. It is not a solicitation, and a solicitation is not currently available. Responses to this notice are not considered adequate responses to any future solicitation, and interested parties must respond separately to any subsequent solicitation announcement. Responding to this notice does not guarantee inclusion on a bidders list or receipt of a solicitation.