Opportunity
SAM #36C26226Q0560
VA Long Beach seeks linen textile transport carts (Tecni-Quip Husky L-Series or equal)
Buyer
VA 262 Network Contract Office 22
Posted
March 27, 2026
Respond By
April 03, 2026
Identifier
36C26226Q0560
NAICS
423860, 333310, 337127
The Department of Veterans Affairs is seeking vendors to provide linen textile transport carts for the VA Long Beach Healthcare System. - Government Buyer: - Department of Veterans Affairs - Network Contracting Office 22 - VA Long Beach Healthcare System - OEMs and Vendors: - Tecni-Quip (OEM referenced) - Equivalent products from other manufacturers are acceptable - Products/Services Requested: - 20 linen textile transport carts - Tecni-Quip Husky L-Series Anodized Aluminum Linen Transport Cart, Model# L-77-246066-TH or equal - Fully enclosed, hospital-safe, anodized aluminum construction - Multi-compartment shelving, fire retardant vinyl covers, non-marking wheels - Integrated towing hitch compatible with facility's motorized tugger system - Must comply with Joint Commission standards - Unique/Notable Requirements: - Carts must be compatible with existing motorized tugger system - Hospital-safe features and full enclosure required - Compliance with Joint Commission standards is mandatory - Equivalent products to Tecni-Quip are permitted - Place of Performance: - VA Long Beach Healthcare System, Long Beach, CA - Contracting Office: - Network Contracting Office 22, Gilbert, AZ
Description
Request for Information (RFI) / Sources Sought Notice THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. Submission of information about pricing, delivery, the market, and capabilities is highly encouraged and allowed under this RFI for planning purposes in accordance with (IAW) FAR 15.201(e).
Disclaimer This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
Sources Sought / RFI Description This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 333310 (size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing linen textile carts equivalent to brand Tecni-Quip.
CLIN Description CLIN DESCRIPTION QTY UOM 0001 Tecni-Quip Husky L-Series Anodized Aluminum Linen Transport Cart Model# L-77-246066-TH or equal 20 EA
Statement of Work
General VA Long Beach Healthcare System located at 5901 East 7th Street Long Beach CA, 90822 has a requirement for twenty (20) Anodized Aluminum Linen Transport Carts for the collection and delivery of Government linens and garments throughout the medical center's wards, clinical areas, hallways, and service passageways. The carts must be fully enclosed, hospital-safe, and configured for towing throughout the facility's corridors via an integrated ball hitch system. The specific configuration, dimensions, and accessories described herein reflect operational requirements that have been validated through sustained use of identical carts currently deployed at the facility.
Scope VA Long Beach Healthcare System environmental management service department is looking to acquire linen textile transportation carts to efficiently transport large loads of linen for patient care needs. The contractor is required to provide brand name or equal equipment that meets or exceeds the physical, functional, and performance of the listed salient characteristics in this section.
Requirements / Salient Characteristics CLIN 0001: Tecni-Quip Husky L-Series Anodized Aluminum Linen Transport Cart Model# L-77-246066-TH or equal Quantity: 20 EA Must be designed to meet Joint Commission standards for healthcare linen transport. Must have Anodized aluminum alloy construction to ensure durability. Must have Anodized surface treatment for corrosion resistance, sanitation compatibility, and extended service life. Must have structural integrity; body of cart shall not shake, sway, or flex under load. Must have a secure frame with multiple hardware systems. Must not contain sharp edges on any surface, corner, or component. All fabric components (covers, closures) shall be manufactured from fire retardant, staph-check vinyl or equivalent hospital-grade material. Must be within 24" W x 62" L x 66" H to ensure compatibility with the facility's established linen closets, service elevators, doorways, and corridor widths. Must come with multi-compartment shelving configuration with adjustable horizontal shelves and fixed vertical partitions for quick stocking and inventory control. Must come with a minimum of three (3) usable shelf levels (adjustable shelves plus base). Must come with recessed handles on both sides of the cart โ handles must be recessed to prevent snagging on doorframes, walls, and equipment in narrow VA corridors. Must come with a full perimeter bumper for protection of facility walls, door frames, and adjacent equipment throughout narrow passageways. Must be a fully enclosed cart with sealed front cover system to prevent airborne contamination of clean linens during transport. Must come with a double front cover system containing outer flexible vinyl cover with inner pass-through acrylic/transparent strip panels to allow for visual inventory verification without full cover removal, preventing cross-contamination. Must be integrated with transport straps (zipper closure style) for securing cart contents during towing and over-the-road movement. All cover materials shall be 16 oz. fire retardant, staph-check vinyl โ mandatory for Joint Commission compliance in healthcare environments. Must have non-marking wheels that are hospital-safe for all floor surfaces including tile and grouted floors. Must come with 2 rigid casters and 2 swivel casters โ this specific configuration is required for controlled directional navigation in the facility's hallways, turns, and service elevator bays. Must have a minimum cart weight load of 2,000 lbs and an individual shelf weight load minimum 200 lbs. Must come equipped with a towing hitch such as a ball hitch #6824 or exact functional equivalent, permanently mounted to cart frame. Must include safety chain with hitch assembly. Hitch must be factory-installed or manufacturer-authorized mount on cart frame; field-fabricated or aftermarket hitches are not acceptable. Hitch must be compatible with the existing motorized tugger system already deployed at the facility. Carts lacking a compatible integrated hitch cannot be safely towed and would require manual pushing of individual carts, creating ergonomic risk and operational inefficiency. All materials, coatings, adhesives, and hardware must be hospital-safe and non-toxic; no components that could harbor pathogens or compromise infection control protocols. Must include a Sharpie-friendly ID sticker/sign holder for department/floor identification consistent with current facility inventory management practices.
Warranty of Equipment Government requirement for standard manufacturer industry warranty term. The government does not accept extended warranties, which require advance payment. The Vendor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of transportation of replacement material and parts shall be borne by the Vendor.
Delivery Schedule Hours of operations: Mon-Fri / 6:30am - 3:00pm.
Place of Performance VA Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822
The list of linen textile carts characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required.
Response Instructions If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below this notice will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the SOW. For instances where your company cannot meet the SOW, please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. Please review the SOW and provide any additional feedback or suggestions. If none, please reply as N/A. Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). If you are a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? Are the items you are identifying/providing considered Commercial off the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act? What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, April 3rd, 2026 by 10:00 AM Pacific Local Time.
All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.