LAUNDRY AND DRY CLEANING
ID: W91249-0011935764Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT EISENHOWERFORT EISENHOWER, GA, 30905-5719, USA

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for laundry and dry cleaning services at Fort Moore, Georgia, under solicitation number W9124924Q0013. The contract, set aside for small businesses, aims to provide comprehensive laundering and dry cleaning of government-owned items, including various linens and uniforms, while adhering to environmental and safety regulations. This service is crucial for maintaining the health and sanitation standards required for military operations and supporting service members and their families. Interested vendors must submit their price quotes by October 3, 2024, and ensure compliance with federal procurement guidelines, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Keosha Moss at keosha.j.moss.civ@army.mil or Symone Y. Collins at symone.y.collins.civ@army.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the performance and inspection requirements for a government contracting service focused on laundry operations for authorized customers in accordance with military standards. It specifies maximum allowable discrepancies for various inspections, ranging from 0 to 10, depending on the service conducted, with stringent regulations on uniforms, health compliance, and the use of eco-friendly cleaning products. The contractor is required to ensure proper handling and cleanliness of linens and specialty items, maintaining them dry and free of damage. Failure to meet quality standards results in re-laundering at no extra cost, with zero tolerance for discrepancies in critical processes, such as the transport of cleaned items. Additionally, corrective and equitable measures are outlined for discrepancies above the acceptable quality level (AQL). This detailed structure emphasizes accountability and compliance against federal guidelines, underscoring the contract's role in maintaining operational integrity within military service environments.
    The document outlines various deliverables required as part of a government contract, specifying their frequency, format, and submission details. Key deliverables include laundry tickets, weekly and monthly trackers, organizational charts, training program plans, and quality control plans, among others. Most reports are to be submitted electronically in Microsoft Excel or Word, while some documents are required in hard copy. The timelines for submission range from daily to annually, with particular attention to timelines related to contract initiation and employee onboarding. The emphasis on electronic formats and structured submission timelines suggests a focus on standardization and efficiency in managing contract obligations. This document serves as a guideline for contractors to understand their reporting responsibilities and ensure compliance with contract terms.
    The document outlines specifications for linens and pillows as part of federal procurement guidelines. Key items include pillow specifications requiring dimensions of 24-27” W x 18-21” L, made with a minimum of 70% polyester/30% Tencel or 100% polyester fill, and antimicrobial properties. Pillowcases must measure 30-32” W x 21-22” L with a minimum 200 thread count, while flat sheets should be at least 66” W x 102” L and made from similar fabric blends. Blankets specified include two types: a wool blanket (100% US virgin wool, 66” W x 90” L, olive color) and a fleece blanket (100% polyester fleece, same size), both requiring features like shrink resistance and suitability for commercial laundering. The fleece blanket may come in several colors: beige, tan, dark gray, or navy. This document serves as a detailed RFP specifying material requirements and manufacturing standards for the procurement of bedding, highlighting the government's commitment to quality and safety in supplier standards.
    The document outlines estimated workload data regarding various linen items and uniforms required for military and related services. It specifies categories such as blankets, pillows, sheets, food service uniforms, culinary uniforms, table linens, and items for deceased military personnel. Quantities for each item are projected, including significant numbers for bed-related linens (e.g., 85,000 cotton bed sheets) and a range of culinary uniforms needed for food handlers. The information serves as a foundational dataset for potential government RFPs and grants focused on procurement for military and healthcare operations. The documented quantities indicate anticipated needs for both operational functionality and ceremonial purposes, reflecting the commitment to supporting service members and their families. Overall, the document is critical for informed decision-making regarding sourcing and managing resources necessary for military uniformity and morale, and it emphasizes the importance of logistical planning in government contracts.
    The document outlines a comprehensive list of linen and clothing items required for various military and government-operated facilities. It includes essentials such as sheets, blankets, towels, and uniforms, specifying different categories such as bedding for TRADOC installations, culinary garments for DFAC offerings, and ceremonial outfits for military events. Additionally, it addresses items related to the care of deceased military personnel, care of supplies in storage (COSIS), and specific religious vestments for chaplains. The structure of the file appears organized by item type, reflecting a diverse array of needs from textiles for living quarters to specialized clothing for service members and personnel. In the context of government RFPs and grants, this document serves as a guideline for procurement focused on ensuring compliance with operational standards and enhancing the functionality of military and governmental services.
    The document outlines a government Request for Proposals (RFP) for laundry services, detailing various linen and uniform items to be laundered, dry cleaned, or processed. It categorizes the items into five main sections, including linen for sleeping arrangements, service uniforms, table linens, and clothing for deceased military personnel, along with a summary of dry cleaning services required. Each category includes specific items and projected quantities, indicating the government’s need for comprehensive laundry solutions that meet operational standards. The document also emphasizes pricing details, specifying that costs should reflect a fully burdened rate, including collection points, labor, consumables, and transportation. Each item includes a cost per unit and estimated monthly quantities, documenting both base year and option year totals. This structured approach allows potential vendors to submit informed bids while ensuring transparency in pricing and service expectations. The overarching purpose of the document is to solicit proposals from qualified laundry service providers in alignment with federal grant and RFP regulations, aiming to fulfill the essential needs of military operations and personnel.
    The Performance Work Statement (PWS) outlines the requirements for contracted Laundry and Dry Cleaning (L&DC) services at Fort Eisenhower, managed by the Army Sustainment Command (ASC). The contractor will provide essential services including laundering, dry cleaning, and timely pickup and delivery of Government-owned textiles and organizational clothing, adhering to Army Regulations (AR 210-130) and other safety guidelines. This contract is structured as a Firm Fixed Price and spans a five-year performance period with an emphasis on accountability, efficiency, and quality control. Key responsibilities include maintaining inventory, ensuring compliance with health and safety regulations, and utilizing bio-based cleaning products. The contractor is also required to staff the service with trained personnel reflecting appropriate conduct, while managing the overall quality through established performance metrics. In cases of subpar service, reduction in payment will occur according to defined thresholds. The document emphasizes the importance of environmental compliance and accurate reporting of government property, ensuring both operational effectiveness and adherence to federal standards throughout the contract lifecycle. The meticulous structure highlights the procedural and regulatory framework guiding the delivery of these essential services.
    The Performance Work Statement (PWS) for Fort Gordon outlines the Army Sustainment Command's contracted laundry and dry cleaning services, detailing operational, technical, and regulatory requirements for laundering and pressing various items for active and reserve military personnel. The contractor is responsible for managing laundry distribution, maintaining records, ensuring compliance with numerous regulations, and adhering to quality control standards over a five-year period, with specified operating hours and holiday considerations. Duties include accountability for items, transportation services, and employee training, with an emphasis on security, safety, and environmental regulations throughout the contract execution.
    The document outlines a Request for Quote (RFQ) under solicitation number W9124924Q0013, issued by the Mission and Installation Contracting Command (MICC) at Fort Eisenhower. This RFQ is specifically for commercial items, categorically set aside for small businesses, and aims to award a firm-fixed-price contract for various linen and other supply services over a five-year period. The contract includes a phase-in and multiple performance periods scheduled from November 2024 through October 2029. Key requirements for bidders include providing a complete company profile, holding a valid Unique Entity Identifier (UEI), and being registered in the System for Award Management (SAM). Offerors are requested to submit their price quotes by the deadline of October 3, 2024, while ensuring that their submissions remain valid for 120 days post-deadline. Additionally, the RFQ emphasizes that the successful offeror should be able to meet the price reasonableness standards and has instructions for the submission of questions, indicating a strong emphasis on clarity and compliance with federal procurement guidelines. Overall, this document serves as a critical guideline for small businesses aiming to provide services to the government, ensuring fair evaluation based on price, technical capability, and past performance.
    Lifecycle
    Title
    Type
    LAUNDRY AND DRY CLEANING
    Currently viewing
    Solicitation
    Sources Sought
    Similar Opportunities
    Laundry and Linen Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Healthcare Linen and Laundry Services to support the Dwight D. Eisenhower Army Medical Center and Moncrief Army Health Clinic. The contract requires the contractor to provide comprehensive laundry operations, including personnel, equipment, transportation, and supplies, to ensure efficient bulk laundry services for military medical facilities from November 1, 2024, through October 31, 2029. This service is critical for maintaining hygiene and operational efficiency within military healthcare settings. Proposals must be submitted electronically by October 14, 2024, and interested bidders should contact Sherina Ross at sherina.l.ross.civ@health.mil or Sebrena L. Hackleylane at sebrena.l.hackleylane.civ@health.mil for further information.
    Laundry and Dry-Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for laundry and dry-cleaning services at Al Udeid Air Base in Qatar, under solicitation number FA570224QC024. The contract aims to provide comprehensive laundry services for U.S. and Coalition Forces, including the handling of various laundry types, secure transportation, and adherence to strict sanitation protocols, with a service delivery timeline of 72 hours. This procurement is crucial for maintaining operational readiness and supporting military personnel, with the contract set to commence on November 1, 2024, and extend through November 1, 2025, with optional renewal periods available until May 6, 2030. Interested offerors must submit their proposals electronically by October 16, 2024, and can direct inquiries to Senior Airman Andrew Grant at andrew.grant.6@us.af.mil or by phone at 318-455-4921.
    Uniform laundry and rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the rental and laundering of uniforms at the McAlester Army Ammunition Plant in Oklahoma. The contract will provide weekly laundry services for a fluctuating workforce of 22 to 60 employees, requiring high-visibility uniforms including jackets, shirts, pants, and bib overalls that meet specific safety and compliance standards. This procurement is crucial for maintaining operational readiness and safety standards within military contexts. Interested contractors must submit their offers by September 19, 2024, and are encouraged to contact Angela Rouse at angela.m.rouse3.civ@army.mil or by phone at 918-420-7175 for further information.
    Laundry Services, Fort Johnson, LA
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Johnson, Louisiana, intends to award a sole source contract for laundry services to The ARC of Caddo-Bossier, doing business as Frost Industries. The contractor will be responsible for providing weekly laundry services, including the cleaning of textiles, garments, linens, and other fabrics for both active and reserve military components, ensuring compliance with health and sanitation requirements. This procurement is critical for maintaining operational efficiency and supporting military logistics, with an estimated performance period from October 1, 2024, to December 31, 2024. Interested firms that believe they can meet the requirements must submit their information to the Contracting Officer, Tamera Butler, via email at tamera.s.butler.civ@army.mil within five calendar days of this notice.
    Linen/Mat Rental and Cleaning Services IN, KS, TN, TX
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals for Linen/Mat Rental and Cleaning Services to be provided at multiple military locations, including Arnold AFB, Crane NWSC, Fort Riley, Fort Worth, and McConnell AFB. The contract will cover a base period from December 1, 2024, to November 30, 2025, with options for up to four additional years, requiring contractors to deliver high-quality linens and cleaning services while adhering to strict government regulations. This procurement is crucial for ensuring that military personnel have access to necessary linens and cleaning supplies, thereby supporting operational readiness. Interested contractors must submit their proposals by 3:00 PM on October 3, 2024, and can contact Christina Ellison at christina.ellison@deca.mil or by phone at 804-734-8000 for further information.
    Rag and Bunny Suit Laundering Service
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting quotes for a laundering service for Rag and Bunny Suits at Joint Base Pearl Harbor-Hickam (JBPHH), Hawaii. The contract, designated as a Total Small Business Set-Aside, requires the contractor to provide comprehensive laundering services, including pickup and delivery, for a base period of 12 months with four optional extensions, ensuring compliance with safety and security protocols. This service is crucial for maintaining cleanliness and operational efficiency within the aviation maintenance environment. Interested parties must submit their quotes by 1:00 PM HST on September 17, 2024, and are required to be registered in the System for Award Management (SAM) to be eligible for contract consideration. For further inquiries, potential bidders can contact Mr. Jeremy Morrill at jeremy.morrill.2@us.af.mil or SSgt Jessica Kinser at jessica.kinser.1@us.af.mil.
    Janitorial Services for the Repair and Supply Base
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking qualified vendors to provide janitorial services for the Repair and Supply Base located in Vicksburg, Mississippi, under Solicitation Number W912EE-24-Q-0055. The contract will encompass a range of cleaning tasks, including floor maintenance, restroom cleaning, and window washing across multiple buildings, with government-supplied materials such as paper products and soap. This procurement is crucial for maintaining high standards in facility management and ensuring contractor accountability, with a performance period set from October 23, 2024, to October 22, 2025, and options for additional years. Interested parties should direct inquiries to Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil, and must adhere to the wage determinations established under the Service Contract Act, ensuring compliance with minimum wage standards.
    Laundering and Replacement of Fire Resistant Coveralls
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking a contractor for the laundering and replacement of fire-resistant coveralls. The procurement involves weekly onsite pickup, laundering, necessary repair services, and the potential procurement of additional coveralls, with a total of 60 coveralls to be laundered each week for a period of one year. These coveralls are critical for ensuring safety and compliance with military operations, as they must meet specific flammability and safety standards. Interested parties can contact Thomas Coletti at THOMAS.C.COLETTI.CIV@US.NAVY.MIL or by phone at 445-227-0096 for further details regarding the solicitation, which is set aside for small businesses under FAR 19.5.
    Kodiak Island: Laundry Services
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Special Warfare Command, is soliciting proposals for laundry services on Kodiak Island, Alaska, under a Total Small Business Set-Aside. The procurement aims to secure a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract for the cleaning, folding, pickup, and delivery of bed linens and pillows, essential for students participating in cold weather and mountaineering courses. Interested contractors must ensure compliance with federal regulations, maintain quality standards, and submit their quotations by October 17, 2024, with a minimum contract value of $500 and a maximum of $100,000. For further inquiries, potential bidders can contact Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil.
    319th MDG Laundry Service and Transportation, Grand Forks AFB, ND
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for laundry and transportation services for the 319th Medical Group at Grand Forks Air Force Base (AFB), North Dakota. The contract, which will commence on September 30, 2024, and run for five years, requires the contractor to provide personnel, equipment, and supplies to manage contaminated laundry and ensure timely delivery of clean items, adhering to strict health and sanitation standards. This service is critical for maintaining hygiene within the medical facilities, ensuring compliance with regulatory requirements while supporting the operational needs of the military healthcare system. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to Christopher Comish at christopher.j.comish.civ@health.mil or by phone at 210-952-8620.