Grissom AF Inn Linen Laundry Services - NAF
ID: FA465425Q0004Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4654 434 CONF LGCGRISSOM ARB, IN, 46971-5000, USA

NAICS

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

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)
Timeline
  1. 1
    Posted Mar 26, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due Apr 28, 2025, 1:00 PM UTC
Description

The Department of Defense, through the Department of the Air Force, is soliciting bids for linen laundry services at the Grissom Air Force Inn, located at Grissom Air Reserve Base in Indiana. The procurement involves a Basic Ordering Agreement for a duration of five years, encompassing a base year and four option years, with services required to accommodate fluctuating occupancy levels of personnel. This contract is crucial for maintaining the operational readiness and hygiene standards of military lodging facilities, ensuring timely and quality laundry services. Interested vendors must submit their quotations by April 28, 2025, and can direct inquiries to Kathryn Huffer at kathryn.huffer@us.af.mil or Makinsey Fields at makinsey.fields@us.af.mil for further clarification.

Point(s) of Contact
Kathryn Huffer, Contracting Officer
(765) 688-2827
kathryn.huffer@us.af.mil
Makinsey Fields, Contract Specialist
(765) 688-2345
makinsey.fields@us.af.mil
Files
Title
Posted
Apr 21, 2025, 7:06 PM UTC
The document outlines the laundry volume statistics for various linen types at the Grissom Air Force Inn, detailing quantities laundered over multiple months in 2024. It tracks items including washcloths, towels, bath mats, pillowcases, mattress covers, and other bedding materials from January through December. The data reflects considerable fluctuations in laundry volumes corresponding to occupancy levels, emphasizing that standard hotel metrics may not apply in this military hospitality context. Key insights include significant peaks in the laundering of pillowcases and bath towels, indicating increased usage during certain periods. The document serves as a predictive tool for understanding laundry volume variations that can impact service delivery and resource allocation within military lodging facilities.
Apr 21, 2025, 7:06 PM UTC
The document outlines the Nonappropriated Fund Instrumentality (NAFI) standard clauses applicable to contracts involving the U.S. Department of Defense. Central to the contract are definitions—pertaining to terms like "Contractor," "Contracting Officer," and "NAFI"—which clarify the roles and responsibilities of each party. The contract emphasizes the assertion that no appropriated funds will be used, specifying claims, protests, and appeals processes, exempting these contracts from the Contract Disputes Act. Additional clauses explain the contractual rights regarding changes, termination for convenience or cause, and compliance with social responsibility standards, including prohibitions against trafficking, child labor, and use of specific telecommunications services or equipment. The document also addresses insurance, taxes, payments, and the requirements for ensuring a sustainable approach to contracting. Through these clauses, the NAFI seeks to establish a comprehensive framework that governs contracts to uphold regulatory compliance and ethical business practices, crucial in the context of government RFPs and local/state grants. The structure is organized into numbered sections that delineate each clause, ensuring clarity on expectations and legal obligations for contractors engaged with the NAFI.
Apr 21, 2025, 7:06 PM UTC
The document outlines the Performance Work Statement (PWS) for providing linen laundry services at Grissom Air Reserve Base (ARB) from FY 2025-2030, including a base year and four option years. The primary objective is to ensure timely laundry services for the Grissom AF Inn, accommodating fluctuating occupancy levels of personnel. The contractor is responsible for supplying all necessary materials and ensuring that laundered items are delivered clean, odor-free, and in good repair. Key requirements include adherence to sanitary conditions, maintaining professional conduct from contractor personnel, and following strict pickup and delivery schedules. Quality control measures are established, including performance evaluation by government personnel, with a threshold for satisfactory performance set at 95% for timely deliveries and proper processing of laundry items. The document emphasizes the importance of proper laundering, packaging, and handling of items, as well as the necessity for compliance with government regulations regarding contractor access and facility safety. Overall, the PWS sets forth comprehensive standards and guidelines intended to ensure high-quality laundry services that meet the operational needs of Grissom ARB while adhering to government policies and regulations.
Apr 21, 2025, 7:06 PM UTC
The RFQ FA465425Q0004 pertains to the Grissom AF Inn's NAF Linen Laundry requirements. Key inquiries from potential bidders about the solicitation have been compiled for clarity. Notably, fitted sheets and bedspreads should be queen-sized and quilted. Participation as a subcontractor via a larger corporation is unnecessary, as all capable firms can directly submit bids. The contract is not designated for small businesses, as it falls under non-appropriated fund (NAF) regulations which do not encompass federal small business programs. Past services will continue under this solicitation, with pickup and delivery of linens generally occurring 1 to 3 times per week, based on demand. Interested vendors are advised against direct communication with the contracting officer to preserve fairness during the bidding process. The timeline for the work commencement is contingent upon the award date and will align with the government’s intent to issue the BPA promptly. This document serves as a Q&A to aid vendors in preparing their quotes, ensuring clarity and adherence to the established guidelines in government contracting procedures.
Mar 27, 2025, 4:05 PM UTC
The document outlines a Request for Quotation (RFQ) FA465425Q0004, initiated by the federal government for the provision of linen laundry services at Grissom Air Reserve Base, Indiana, over a duration from 2025 to 2030. The RFQ invites bids from contractors to supply various linen products, including washcloths, towels, bed linens, and additional items, with detailed specifications regarding quantities and pricing. Each service line item has estimated quantities, highlighting the need for flexibility due to fluctuating demand. Contractors are required to submit their quotations using the provided form, ensuring adherence to the stated guidelines. The document emphasizes that the estimates are based on prior usage data and that the pricing should remain fixed throughout the contract term, including optional years. The RFQ specifies the inclusion of a pickup and delivery service fee, stipulating that no other travel-related charges will be accepted. Inspection and acceptance criteria will be determined as per the attached Performance Work Statement, ensuring compliance with standards outlined in the Service Contract Act wage determinations. This RFQ serves as a mechanism for the government to procure essential laundry services efficiently while establishing clear expectations for delivery and service quality.
Apr 21, 2025, 7:06 PM UTC
The document serves as an amendment to a federal solicitation, primarily aimed at extending the deadline for submitting quotations and providing clarifications regarding the associated services. It outlines the procedures bidders must follow to acknowledge the amendment either by returning copies of the amendment or adjusting their original offers accordingly. Key changes include rescheduling the response due date from April 2, 2025, to April 28, 2025, and altering the response due time to 9:00 AM. Further clarification notes that bidding must include specified services for all option years, emphasizing that quantities listed are estimates and subject to change. Bidders are instructed to prepare their quotes using a designated form and can only charge for delivery during the contract's execution, with no additional fees permitted. Lastly, the document adds an attachment for the "Grissom AF Inn Linen Laundry Volume," which illustrates contract administration. This amendment reflects the government’s processes for modifying solicitation details to facilitate smoother contractor communications while adhering to regulatory procedures.
Apr 21, 2025, 7:06 PM UTC
This Request for Quotation (RFQ) solicits bids for NAF Linen Laundry Services for a duration of five years, covering a base year and four option years, as outlined in the Performance Work Statement. The document is not a small business set-aside and obligates potential vendors to submit pricing for various laundry items, including washcloths, towels, and linens, citing estimated quantities based on historical data over the past three years. The estimated delivery schedule begins from May 1, 2025, to April 30, 2026, with subsequent option periods extending similarly. Notably, the RFQ specifies that the contractor must account for a provided pickup/delivery service fee, and no additional charges for trips or fuel surcharges are allowed. All quotations must be submitted on the provided RFQ form, and further instructions can be found in the accompanying Performance Work Statement. The document emphasizes transparency and compliance with relevant wage determinations, codifying the government's commitment to maintaining standards in service procurement and management throughout the contract duration.
Apr 21, 2025, 7:06 PM UTC
The document is the "Register of Wage Determinations" issued by the U.S. Department of Labor under the Service Contract Act (SCA). It specifies the minimum wage rates and fringe benefits applicable to federal contracts in Indiana, particularly in Cass, Fulton, Miami, and White counties. Contracts after January 30, 2022, must adhere to the minimum wage of $17.75 per hour under Executive Order 14026, while those awarded from January 1, 2015, to January 29, 2022, must comply with the lower rate of $13.30 per hour unless specified otherwise. The document provides a detailed occupation code table with wage rates for various jobs, which include administrative, automotive, food service, and maintenance occupations, along with fringe benefits details. It also outlines additional requirements for paid sick leave under Executive Order 13706 and highlights contractor obligations regarding uniform provision and hazard pay. This comprehensive wage determination serves to ensure that contractor employees receive fair compensation and benefits, reflecting legal standards mandated for federal contracts in varying sectors.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Blanket Purchase Agreement (BPA) to provide lodging laundry and dry-cleaning services at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary to deliver laundry services, including pick-up and delivery, from April 30, 2025, to April 29, 2030. This procurement is vital for maintaining hygiene and service standards for military personnel, utilizing non-appropriated funds generated through military community programs rather than taxpayer dollars. Interested vendors must submit their proposals by May 9, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
Lodging Linen Laundry Service KAFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a lodging linen laundry service at Kirtland Air Force Base (KAFB) in New Mexico. The procurement aims to identify contractors capable of providing comprehensive laundry services for the Roadrunner Inn, including management, supervision, personnel, equipment, and adherence to health and sanitation regulations. This service is crucial for maintaining operational standards and quality within the Department of Defense, particularly in ensuring the cleanliness and safety of lodging facilities. Interested businesses are invited to submit their capabilities by April 29, 2025, to primary contacts Olivia Padilla and Andrew Pascoe, with the anticipated contract being a Firm-Fixed-Price agreement under NAICS code 812320, with a size standard of $8 million.
Self-Help Laundry
Buyer not available
The Department of Defense, specifically the U.S. Air Force, is conducting market research to identify potential sources for the production of a Self-Help Laundry system, which includes five top-loading washers, five stacked dryers, and associated electrical and water systems. The government aims to procure 61 systems annually over a potential five-year contract, with the laundry systems designed for continuous operation in field conditions, emphasizing durability and compliance with safety standards. This procurement is critical for supporting military expeditions, ensuring that personnel have access to essential laundry services in operational environments. Interested contractors are encouraged to submit their qualifications and capabilities by May 20, 2025, to the designated contacts, Anna E. Isom and Ayonna M. Webb, via their respective emails.
Medical Linen Services: 23d Medical Group Clinic, Moody Airforce Base, Georgia
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals for Medical Linen Services at the 23d Medical Group Clinic located at Moody Air Force Base in Georgia. The contract requires the contractor to provide comprehensive linen services, including the supply, cleaning, and delivery of medical linens, adhering to strict hygiene standards and performance metrics outlined in the Performance Work Statement. This procurement is crucial for maintaining sanitary conditions in military healthcare settings and is exclusively set aside for small businesses, reflecting the government's commitment to fostering local contractor engagement. Interested parties must submit their proposals electronically by the specified deadline, with questions directed to Mary Shifflett and Rebecca Brashears via email by May 2, 2025.
Fort Riley Laundry and Dry-Cleaning Services
Buyer not available
The Department of Defense, through the Fort Riley Mission and Installation Contracting Command (MICC), is seeking qualified small businesses to provide Laundry and Dry-Cleaning services at Fort Riley, Kansas. The contractor will be responsible for labor, supervision, vehicle transportation, facilities, equipment, and supplies necessary for processing laundry, ensuring compliance with health and environmental regulations while maintaining accountability for government-owned items. This five-year contract, anticipated to begin on December 1, 2025, will be structured as a Firm Fixed Price with an Indefinite Delivery Indefinite Quantity (IDIQ) arrangement, and interested parties must submit their capability statements and organization details to the Contract Specialist, Vernard Ross, via email at vernard.d.ross.civ@army.mil. Responses to this Sources Sought Notice are essential for determining market capacity and will not incur any costs to the government.
Dry Cleaning Services - McConnell AFB, KS
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking quotes for dry cleaning services at McConnell Air Force Base (AFB) in Kansas, specifically for the 22 Medical Group. The contract will cover commercial, nonpersonal services for linen and off-site laundry, requiring the contractor to manage approximately 1,800 pieces of laundry monthly while adhering to strict healthcare cleanliness standards and infection control protocols. This procurement is critical for maintaining hygiene and medical readiness at the facility, with a contract duration from November 1, 2024, to April 30, 2029, under a Total Small Business Set-Aside. Interested vendors must register as small businesses under NAICS code 812320 and submit their quotes electronically, with the primary contact being Matthew Mohon at matthew.w.mohon.civ@health.mil.
S--YAO LAUNDRY SERVICE - NEW
Buyer not available
The Department of the Interior, Bureau of Reclamation, is seeking qualified contractors to provide laundry services for government-owned linens and rental of lab coats, mechanics towels, and coveralls at the Yuma Area Office. The contractor will be responsible for the weekly laundering of approximately 150 shirts, along with the rental of 300 mechanic shop towels and 15 lab coats, with quantities subject to fluctuation based on employee changes. This service is crucial for maintaining operational efficiency and hygiene standards within the Bureau's facilities. Interested firms must submit their capability statements by 2:00 P.M. Pacific Time on May 9, 2025, to Jenna Hall at jennahall@usbr.gov, referencing the announcement number 140R3025R0017. The anticipated period of performance is from October 1, 2025, through September 30, 2030, with potential for four option years.
S--Linen and Laundry Services for Office of Aviation
Buyer not available
The Department of the Interior, specifically the Office of Aviation Services (OAS), is seeking qualified vendors to provide linen and laundry services at its Repair Station located in Anchorage, Alaska. The contract requires the vendor to deliver clean shop towels, coveralls, and mop heads weekly, with a base performance period from August 1, 2025, to July 31, 2026, and four optional renewal years. This service is critical for maintaining operational efficiency and hygiene standards within the aviation office. Interested contractors must submit their quotations electronically by May 6, 2025, and ensure compliance with federal acquisition regulations, including maintaining a valid SAM registration. For further inquiries, potential bidders can contact Heather Armstrong at heatherarmstrong@ibc.doi.gov or call 703-964-8416.
Roof and Gutter Repair, Lower Roof Section, Fitness Center - Grissom ARB, IN 25-3001
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair and replacement of roofing and guttering at the Fitness Center located at Grissom Air Reserve Base in Indiana. The project entails demolishing the existing roofing, protecting the current metal roofs, removing obsolete electric penetrations, and ensuring proper disposal of materials, all aimed at maintaining the safety and structural integrity of the facility. This procurement is crucial for enhancing the operational efficiency of the Fitness Center, with an estimated contract value ranging from $100,000 to $250,000. Interested contractors must submit proposals by adhering to the outlined requirements, including a 20% bid guarantee, and are encouraged to attend a site visit scheduled for April 16, 2025. For further inquiries, contact Jason Hahn at jason.hahn.4@us.af.mil or 765-688-2802.
Grease Trap Renewal
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting proposals for grease trap cleaning and maintenance services at Scott Air Force Base in Illinois. The contractor will be responsible for providing all necessary labor, materials, and equipment to clean and maintain grease traps, ensuring compliance with federal and state regulations, particularly in USDA food preparation areas. This service is crucial for maintaining operational efficiency and environmental standards within military facilities. Proposals are due by May 2, 2025, and interested vendors are encouraged to attend a site visit on April 24, 2025. For further inquiries, contact Tymera Washington at tymera.washington@us.af.mil or Nicholas Weiss at nicholas.weiss.5@us.af.mil.