Lodging Laundry BPA
ID: FA469025Q0007Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Industrial Launderers (812332)

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 Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) for lodging laundry and dry-cleaning services at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for providing all necessary personnel, equipment, and transportation to deliver laundry services, including pick-up and delivery across various facilities on the base, with a focus on compliance with health regulations and operational standards. This procurement is vital for supporting military community programs using non-appropriated funds, ensuring that services are delivered efficiently without utilizing taxpayer dollars. Interested vendors must submit their proposals by May 16, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.

    Files
    Title
    Posted
    The Statement of Work for Parkway Laundry at Ellsworth Air Force Base outlines the requirements for a contractor to provide laundry and dry-cleaning services for the 28th Force Support Squadron Nonappropriated Funds Instrumentalities. Key responsibilities include personnel provision, transportation, and adherence to health regulations. The contractor must ensure that all items are properly cleaned, packaged, and delivered, with a clear process for handling missing or damaged articles. The document specifies the pick-up and delivery schedules for various facilities, emphasizes strict sanitation and workmanship standards, and requires the contractor to maintain documentation for invoicing. Security measures also necessitate compliance with base regulations and the return of identification media upon personnel departure. Additional details include prescribed packaging methods and folding preferences for linens and other items. The structure is categorized into sections for services description, general information, security requirements, and definitions, accompanied by appendices detailing schedules and packaging protocols. Overall, the document establishes a comprehensive framework for laundry services at the base, ensuring quality control and regulatory compliance.
    This document outlines the Nonappropriated Fund Instrumentality (NAFI) standard clauses applicable to contracts with the Department of Defense. It defines key terms like "Contract," "Contractor," and "Contracting Officer," establishing the legal framework for contracts engaging NAFIs. The clauses emphasize that no appropriated funds will be involved and address the resolution of claims, protests, and appeals without the oversight of the Government Accountability Office, indicating that disputes will be handled as per specified DoDI and DAFMAN directives. The document stipulates contractor obligations including adherence to ethical standards regarding trafficking, labor conditions, and prohibition of activities involving covered telecommunications equipment. It mandates that contractors maintain insurance, comply with labor laws, and uphold environmental sustainability practices. Further, it covers topics like payment procedures, including invoicing and taxes, and terminates conditions under which contracts might be canceled. By establishing clear guidelines for compliance and accountability, the document seeks to promote integrity and ethical conduct in government contracting. The overarching purpose ensures that contractors align with federal standards, protect employee rights, and prevent fraudulent practices while engaging in contractual agreements with NAFIs.
    The document appears to correspond with an array of federal RFPs and grants, focusing primarily on documentation issues related to financial and programmatic compliance. The content highlights the essential need for organizations submitting proposals to thoroughly adhere to specific guidelines, standards, and eligibility criteria outlined by federal and state agencies. Important aspects discussed include ensuring financial accountability, timely submission of applications, budgetary considerations, and compliance with both administrative and regulatory requirements. Key themes revolve around the importance of transparency in funding applications, the necessity of detailed project descriptions, and the imperative for measurable outcomes. The document emphasizes the collaborative approach required from applicants, advocating for engagement with community stakeholders to enhance project relevance and effectiveness. Overall, it underlines the critical role of adherence to guidelines in securing funding for intended programs or initiatives, reflecting the broader context of government funding mechanisms aimed at bolstering public service delivery and community development.
    This document outlines a Blanket Purchase Agreement for providing non-personal laundry and dry cleaning services at Ellsworth AFB, South Dakota, covering the period from April 30, 2025, to April 29, 2030. The contractor is responsible for all personnel, materials, and supervision required to fulfill the laundry and delivery services as detailed in the Statement of Work. The price schedule lists various items including towels, sheets, comforters, tablecloths, and mop heads, specifying their type, finish method, unit of measure, and quantity. Key items include 410 white bath towels, 920 white pillowcases, and various table skirts and napkins, indicating a significant focus on maintaining bedding and dining textiles. The document is structured to provide a clear framework for service expectations and item specifications that potential contractors must adhere to, ensuring the provision of quality services to military personnel and facilities. This agreement serves as a formal mechanism for the government to procure essential laundry services efficiently, aiming for cost-effectiveness and reliability over the contract duration.
    The document outlines a Blanket Purchase Agreement for non-personal laundry and dry cleaning services at Ellsworth Air Force Base, South Dakota, covering the period from May 16, 2025, to May 15, 2030. The contractor is responsible for providing all necessary personnel, materials, and services for the operation, including pick-up and delivery at various facilities. Detailed estimated monthly quantities for various items such as towels, sheets, and tablecloths are provided for multiple locations including Bandit Lanes, Dakota's Club, Pine Tree Inn, and Recreational Lodging. Each item is categorized by specific finish symbols indicating how the laundry should be processed and returned. For example, "W" stands for wash and "F" stands for fold. The document serves as a guideline for potential contractors and highlights the government’s requirements for routine laundry services across various facilities within the military base, ensuring compliance with their operational standards. It reflects the structured nature of government RFPs, focusing on delivering essential services while adhering to designated specifications and quantities.
    The document outlines a Request for Proposal (RFP) for a Blanket Purchase Agreement covering laundry and dry cleaning services for Ellsworth Air Force Base, South Dakota, effective from April 30, 2025, to April 29, 2030. The contractor is required to provide necessary personnel, tools, and services for this non-personal service agreement, including pick-up and delivery across various locations on the base. A detailed price schedule lists various laundry items, specifying the method of finish and corresponding unit prices for items such as towels, sheets, tablecloths, and mops. Each item is categorized with defined laundry processing requirements. Emphasizing compliance with the Statement of Work, this RFP aims to ensure the base maintains appropriate hygiene and service standards for its operations, supporting overall readiness and efficiency. The structure of the document highlights both the service requirements and the detailed pricing approach to facilitate clarity and effectiveness in the procurement process.
    The document outlines a federal Blanket Purchase Agreement for Laundry and Dry Cleaning Services at Ellsworth Air Force Base, South Dakota, covering the period from May 16, 2025, to May 15, 2030. The contractor is responsible for providing all necessary personnel, tools, materials, and services for these non-personal services, including pick-up and delivery at various locations. Pricing is based on a standardized rate per pound of laundry processed, with a single price applicable to all items regardless of type. The document includes a list of various laundry finishing methods such as washing, drying, pressing, and packaging. Additionally, it specifies item classifications listed in an attachment related to laundry quantities. The purpose of this RFP is to solicit qualified vendors capable of meeting the specified laundry service requirements while ensuring compliance with defined standards over the agreement's duration.
    The document addresses inquiries related to a Blanket Purchase Agreement (BPA) for laundry services, specifying that bids must reflect a per piece cost rather than a cost per pound, as the latter has been the traditional basis for payment. Contractors are required to provide scales at each drop-off and pick-up location for accurate weight measurement. Additionally, the file includes a request for clarification on the specific items sent to each location, with a referenced updated quantities list provided as Attachment 4. This document serves to clarify tender requirements and expectations, ensuring all bidders have a comprehensive understanding of the specifications and logistics involved in the laundry service procurement process. Overall, it underscores the importance of adhering to outlined cost structures and reporting mechanisms while providing necessary operational details to facilitate effective proposal submissions for the renewal of services.
    This document outlines a Request for Quote (RFQ) for lodging laundry services funded through non-appropriated funds by the military community. The solicitation number is FA469025Q0007, with a North American Industry Classification System (NAICS) code of 812332, allowing for a size standard of $47 million. Vendors are invited to submit their quotes by April 25, 2025, via email, adhering to the provided price lists and specific guidelines, including a maximum of 20 pages for technical documentation. Proposals will be evaluated based on price and technical capability, with the NAFI reserving the right to award a contract to the vendor offering the most advantageous deal. The document emphasizes that any purchase obligation is limited to authorized expenditures, and no exchanges will occur post-solicitation submission, urging vendors to offer their best proposals initially. It also highlights the necessity of active registration in the System for Award Management (SAM) for eligibility. Questions are welcome until April 16, 2025, with responses provided shortly thereafter, emphasizing a clear timeline for engagement. This solicitation is vital for acquiring necessary services to support military community programs without utilizing taxpayer funds.
    Lifecycle
    Title
    Type
    Lodging Laundry BPA
    Currently viewing
    Solicitation
    Similar Opportunities
    Base and Medical Laundry Services -Qatar and Saudi Arabia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential sources for Laundry and Dry-Cleaning services in Qatar and Saudi Arabia. The procurement aims to secure comprehensive laundry services, including the handling of contaminated medical linen, with a focus on quality control, transportation methods, and compliance with health and safety standards. This opportunity is critical for maintaining hygiene and operational readiness in military settings, with an estimated monthly workload of approximately 50,776 units, peaking at 58,562 units. Interested parties must submit their capability statements and responses to specific questions by 12:00 PM Arabian Standard Time on November 14, 2025, to SrA Dominique Henry at dominique.henry.1@us.af.mil.
    Ellsworth AFB Simplified Acquisition of Base Engineering Requirements (SABER)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the Simplified Acquisition of Base Engineering Requirements (SABER) at Ellsworth Air Force Base in South Dakota. This procurement aims to establish a firm-fixed price indefinite delivery indefinite quantity contract, where the selected contractor will provide all necessary personnel, equipment, transportation, and supplies to execute various task orders related to base engineering. The work is crucial for maintaining safe, sanitary, and operational conditions at the base, adhering to all applicable regulations. Proposals are due by July 10, 2025, with an anticipated award date of August 30, 2025. Interested contractors must be registered in the System of Award Management (SAM) and can direct inquiries to the primary contact, Samantha Hough, at samantha.hough.2@us.af.mil or 605-385-1730.
    Dyess AFB, Custodial Services Synopisis
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    Laundry Cleaning and Coverall Rental Service
    Dept Of Defense
    The Department of Defense, specifically the Oregon Army National Guard (ORARNG), is seeking qualified contractors to provide laundry cleaning and coverall rental services across various locations in Oregon. The primary objective is to support maintenance activities by delivering clean coveralls, jackets, and shop rags to approximately 250 employees in heavy equipment and aviation maintenance environments, with a focus on safety and compliance with relevant standards. This competitive firm-fixed price contract will span a base year with up to four option years, and interested parties must submit their responses by 2:00 PM Pacific Standard Time on April 8, 2024, to Robert Bates at robert.c.bates26.civ@army.mil for consideration. The government encourages participation from all industry members, including small and disadvantaged businesses, to assess capabilities and inform future acquisition strategies.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.
    Commercial Lodging BPA - Peterson SFB
    Dept Of Defense
    The Department of Defense, through the 21st Contracting Squadron, is seeking qualified small businesses to provide commercial lodging services under a Blanket Purchase Agreement (BPA) for personnel stationed at Peterson Space Force Base in Colorado. The contractor will be responsible for supplying single and double occupancy hotel or motel rooms within ten miles of the base, ensuring compliance with specified performance standards, including security, cleanliness, and accessibility. This procurement is vital for accommodating military personnel, particularly Air Reserve Airmen, during their assignments, with the BPA set to remain open for responses until November 25, 2029. Interested vendors should contact Tiffany Harley at tiffany.harley.2@spaceforce.mil or Joseph Willard at joseph.willard@us.af.mil for further details.
    FY26 Carpet Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish a Blanket Purchase Agreement (BPA) for carpet cleaning services at Hanscom Air Force Base (HAFB) in Massachusetts. The contractor will be responsible for providing all labor, materials, and equipment necessary for carpet cleaning, which includes vacuuming, spot cleaning, and hot water extraction, using environmentally friendly products that meet specific certification standards. This procurement is significant as it covers over one million square feet of administrative office space and emphasizes compliance with safety and environmental controls. Interested small businesses must submit their quotes by January 5, 2026, at 1:00 PM ET, and can contact Clarissa Baker or Kristin Morrison for further information.
    Hotel Lodging BPA
    Dept Of Defense
    The Department of Defense, specifically the Oklahoma Air National Guard, is seeking proposals for a Blanket Purchase Agreement (BPA) for hotel lodging services from January 1, 2026, to December 31, 2030. The procurement aims to establish firm-fixed price agreements with lodging vendors to provide billeting services for its members, ensuring compliance with specific requirements such as competitive pricing, private baths, air conditioning, and daily housekeeping. This initiative is crucial for accommodating personnel during training and operational activities, with a maximum call limit of $350,000 per vendor. Proposals are due by December 16, 2025, at 10:00 AM CST, and interested parties must be registered in SAM and submit completed certifications. For further inquiries, contact Kurt A Ennis at kurt.ennis.4@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    USCG AIR STATION TRAVERSE CITY CY26 LAUNDERING SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundering services for the Air Station Traverse City for the calendar year 2026. The procurement involves the provision of all labor, materials, equipment, and supervision necessary for the weekly pick-up, cleaning, and delivery of approximately 220 items, including sheets, blankets, and lab coats, with strict adherence to specified laundry requirements. This firm-fixed-price contract, estimated to be between $25,000 and $100,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM) and to submit a complete solicitation package. Interested parties should contact Jonathan Barrett for further details and are encouraged to schedule site visits to develop accurate quotes, with the due date for offers to be established upon issuance of the Request for Quote.
    Sole Source Justification Liberty Center Blanket Purchase Agreement
    Dept Of Defense
    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base (AFB) in South Dakota, has awarded a sole source Blanket Purchase Agreement (BPA) to the South Dakota Ellsworth Development Authority (SDEDA) for services at the Liberty Center. This procurement is justified under FAR 13.501(a), as SDEDA is uniquely positioned less than one mile from Ellsworth AFB and operates a comprehensive 58,000-square-foot facility that includes various recreational and support spaces for military personnel. The estimated value of the BPA is $100,000 over a five-year period, from October 2022 to October 2027, with annual assessments to determine the continued necessity of a sole source. For further inquiries, interested parties may contact SSgt Jonathan Slayton at jonathan.slayton@us.af.mil or by phone at 605-385-1655.