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
    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
    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.
    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.
    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.
    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.
    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.
    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.
    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.
    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
    NAF Laundry Service JBSA Lackland and Randolph
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    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.
    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.
    Construction, Demolition, and Renovation BLDG 453 and Installation of Paint Booth
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the construction, demolition, and renovation of Building 453, along with the installation of a paint booth at Grissom Air Reserve Base in Indiana. This project is categorized as a Competitive 8(a) set-aside, aimed at enhancing facilities critical for maintenance operations, and will require compliance with specific security protocols as outlined in NIST SP 800-171A. The bid opening has been extended to December 5, 2025, with a minimum acceptance period of 299 days following the offer due date, and the estimated period of performance spans from January 5, 2025, to February 4, 2028. Interested contractors should direct inquiries to Cedric Roberts at cedric.roberts@us.af.mil or call 765-688-2818, noting that funding is not currently available and the solicitation may be canceled if funds do not materialize.
    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.
    Fire-Resistant Coverall Laundry Services
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the rental and laundering of forty-four fire-resistant coveralls at DLA Distribution in Oklahoma City, Oklahoma. The procurement includes the management of fire-resistant coveralls for welders and electricians, requiring weekly pickups and returns of laundered garments, as well as the maintenance and accountability of the coveralls through barcoding or RFID tracking. This contract is set aside for small businesses under NAICS code 812320, with a base year starting January 14, 2025, and two option years. Interested vendors must submit their proposals electronically to Deborah Johnson at Deborah.L.Johnson@dla.mil by 10:00 AM EST on December 22, 2025, including separate files for past performance and pricing, as the award will be based on the lowest evaluated price.
    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.
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for linen and laundry services for the Northeast Ohio VA Medical System, specifically the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The procurement aims to secure comprehensive hospital linen laundering services, including patient clothing, specialty items, and uniform purchases, with a focus on maintaining high standards of hygiene and service delivery. This contract, which is open to full and open competition, has an estimated total value of $8,900,000 over its performance period, which includes a base period from April 1, 2026, to August 31, 2026, and three option years extending through August 31, 2029. Interested vendors must submit their quotations by January 16, 2026, and can direct inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov.
    Unimac UY25 Washer & Dryer
    Dept Of Defense
    The Department of Defense, specifically the Naval Consolidated Brig Miramar Detachment Pearl Harbor, is seeking to procure new industrial-grade laundry equipment, specifically the Unimac UY25 Washer and compatible dryer, to replace outdated models that are no longer under warranty and frequently fail. The procurement aims to enhance operational efficiency and meet environmental standards by acquiring large-capacity washers and dryers that are durable and suitable for high-frequency use in correctional facilities. The selected contractor will be responsible for providing, installing, and training staff on the new equipment, with a completion deadline set for November 1, 2025. Interested vendors can contact Ken Parker at kenneth.l.parker16.civ@us.navy.mil or Robert S. Edwards at robert.s.edwards42.civ@us.navy.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.