Laundry Services for 647th LRS
ID: N0060425Q4033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, 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, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide laundry services for the 647th Logistics Readiness Squadron. The required services include the pickup, laundering, and return of laundry on a weekly basis, with specific attention to sorting, washing, drying, and minor repairs, all while adhering to quality standards and environmental considerations. This procurement is crucial for maintaining operational readiness and hygiene standards within military operations. The contract, set aside for small businesses, has a maximum value of $249,999.99 and a guaranteed minimum order of $25,000, with the solicitation closing on April 23, 2025. Interested parties can contact Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil for further details.

    Point(s) of Contact
    Troy Wong 808-473-7532 troy.r.wong2.civ@us.navy.mil
    (808) 473-7532
    troy.r.wong2.civ@us.navy.mil
    Files
    Title
    Posted
    The document N0060425Q4033 Amendment 2 contains a Q&A addressing contractor inquiries related to a federal Request for Proposal (RFP) for cleaning services. It specifies that bidders must complete Attachment 2 – Price Schedule and provide necessary details such as pricing, contact information, and Business size to submit a valid bid. The document clarifies that while the estimated cleaning quantities are provided for a 12-month period, actual weekly pickups may vary without a fixed quantity, with invoicing based on services rendered. The contract guarantees a minimum amount of $25,000 and a maximum value of $249,999.99. Additionally, the content confirms that subcontractors may be used for this opportunity. This amendment serves to provide clarification on submission requirements, pricing structures, and contractor eligibility, ensuring potential bidders have the necessary information to respond to the solicitation accurately.
    The document addresses inquiries related to contract amendments for laundry services, emphasizing the management of transportation fees and handling of soiled items. It clarifies that contractors can create a separate Contract Line Item Number (CLIN) for transportation costs, which may be optional based on their pricing model. Contractors can choose to incorporate these costs into the price of laundry items. Additionally, if government-furnished laundry bins are unavailable, contractors may use their laundry bags at their own expense without establishing a separate CLIN for this. The document confirms that while the initial pickup and delivery time is set between 06:30 and 08:00, flexibility allows for completion until 10:30 HST. Overall, the file outlines key logistical arrangements and clarifications required for efficient service execution in accordance with the contract stipulations for government RFPs.
    The document is a combined synopsis and solicitation for commercial laundry services issued by NAVSUP Fleet Logistics Center Pearl Harbor. It details a Request for Quotation (RFQ) numbered N0060425Q4033, aimed at establishing a Firm-Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) service contract for the 647th Logistics Readiness Squadron. The contract is exclusively open to small businesses, with a maximum value of $249,999.99 and a guaranteed minimum order of $25,000. The contract base period extends from May 1, 2025, to April 30, 2026, with an option for an additional year. Invoices will be paid according to actual services rendered. Contractors must be familiar with applicable Federal Acquisition Regulation (FAR) clauses, and reports must be submitted electronically. The solicitation closes on April 23, 2025, and bidders must have registration in the System for Award Management (SAM). Award selection will consider technical acceptability and overall benefit to the government, indicating that a higher-priced quote could be preferable if justified. This solicitation exemplifies the government's commitment to acquiring necessary services while supporting small business participation in federal contracts.
    The Performance Work Statement (PWS) outlines the requirements for laundry services to be provided to the 647th Logistics Readiness Squadron. The contractor is tasked with pickup, laundering, and returning laundry on a weekly basis, specifically every Tuesday between 0630 HST and 0800 HST. Services include sorting, washing, drying, minor repairs, and ensuring items are free of odors and defects while adhering to biodegradable product standards. The contractor must maintain accurate documentation, manage laundry counts, and adhere to pickup and delivery protocols. All contractor personnel must be U.S. citizens, trained, and compliant with federal and state regulations. Operations must align with best practices for textile care, ensuring cleanliness and quality standards. The PWS also emphasizes the need for a Quality Control Program to ensure service standards are met, along with regular performance assessments by a Technical Point of Contact. In case of emergencies, the contractor should be prepared to provide extended services. Overall, this PWS reflects the government's commitment to high-quality support services within a regulated framework for military operations.
    The document outlines a federal Request for Proposals (RFP) for the supply of various military clothing and equipment for two periods: a base period from May 1, 2025, to April 30, 2026, and an option period from May 1, 2026, to April 30, 2027. Each period includes specific Contract Line Item Numbers (CLIN), detailing types of items, estimated annual quantities, and the unit of measure. Key items listed include different categories of sleeping bags, extreme cold weather clothing, soft shell jackets and trousers, gloves, and other related gear, each with a piece count ranging from 30 to 3000 units. The document does not present pricing information, instead leaving blanks for potential bidders to fill in. The intent behind this RFP is to procure essential gear for military use, ensuring that appropriate quantities are sourced to meet operational needs. The structure emphasizes item specifics, expected volumes, and the overall total evaluated price for bid comparison, aligning with standard practices for government procurement processes.
    This document outlines a Request for Proposal (RFP) for various military and outdoor clothing and equipment, specifying needs for a base period from May 1, 2025, to April 30, 2026, and an option period from May 1, 2026, to April 30, 2027. The RFP includes detailed items like sleeping bags, extreme cold weather gear, soft shell jackets, kit bags, gloves, and various pouches, along with estimated annual piece counts for each item. Total quantities required include 160 each of several types of sleeping bags and, notably, 3000 pairs of gloves. The RFP also covers transportation fees for weekly deliveries, indicating logistical considerations for the procurement process. The absence of stated unit prices suggests that the evaluation will be based on bidders' submissions. The document emphasizes the military’s focus on readiness and supply of suitable gear for varying climates, indicating a comprehensive approach to ensuring operational efficiency and effectiveness in outfitting personnel. Overall, the RFP seeks to engage suppliers who can meet these specific requirements through a competitive bidding process.
    The document outlines the terms and conditions related to a federal government Request for Proposal (RFP) designated N0060425Q4033. It includes a list of clauses that are incorporated by reference pertaining to various compliance and operation standards for contractors engaging with the Department of Defense (DoD). Important clauses cover topics such as compensation for former DoD officials, safeguarding defense information, prohibitions concerning telecommunications equipment, and requirements for subcontracting with small businesses. Additionally, it details evaluation methods for contract options, payment instructions via the Wide Area Workflow (WAWF) system, and representations and certifications required from offerors, particularly concerning small business classifications and compliance with federal laws related to labor and procurement. The document serves as a comprehensive guide for potential contractors to understand the compliance requirements and operational regulations necessary for successful bidding and contract execution in accordance with federal standards. The emphasis on correct processing of payments and ensuring adherence to ethical practices underscores the government's commitment to accountability and responsible contracting.
    The document outlines Wage Determination No. 2015-5689, which establishes the minimum wage rates and fringe benefits required for contracts governed by the Service Contract Act (SCA) under the U.S. Department of Labor. It specifies wage rates applicable effective January 30, 2022, indicating $17.75 per hour for contracts entered into or renewed after this date, while contracts awarded between January 1, 2015, and January 29, 2022, must adhere to a minimum of $13.30 per hour. The document also details specific wage rates for various occupations, including administrative, automotive, food service, health, mechanics, and more, all subject to annual adjustments. Additionally, it emphasizes compliance with Executive Orders surrounding paid sick leave, health benefits, and various employer responsibilities regarding uniforms and hazardous work conditions. The conformance process is outlined for workers whose classifications are not directly listed. This information is crucial for contractors bidding on federal contracts, ensuring they meet wage requirements and adhere to labor standards, thus influencing federal grants and other public funding dynamics effectively.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    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.
    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.
    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.
    Contingency Laundry Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide contingency laundry services for the Hershel Woody Williams VA Medical Center in Huntington, West Virginia. This procurement involves a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract for emergency laundry services, anticipated to be required 1 to 5 days a year, with a frequency of 1 to 2 times a week during emergencies or equipment repairs. The contractor will be responsible for all aspects of the laundry service, including equipment, labor, and supplies, while adhering to health and safety regulations, with a contract duration from February 1, 2026, to January 31, 2031. Interested parties should contact Tracy M. Dotson at tracy.dotson@va.gov, with a minimum contract guarantee of $1,000.00 and a maximum ceiling of $275,000.00.
    Laundry Chemical Supplies and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    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 seeking qualified contractors to provide comprehensive linen and laundry services for the Northeast Ohio VA Medical System, including the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The contractor will be responsible for all labor, equipment, and supplies necessary for the pickup, processing, and delivery of various linen items, adhering to strict industry standards and maintaining separation between clean and soiled linens. This procurement is critical for ensuring the availability of hygienic and properly maintained linen for patient care, with a total estimated contract value of $81,933.34 over a base period and three option years. Interested vendors should submit their quotations and direct any inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov, with services required Monday through Saturday and invoicing to be conducted monthly through the VA Tungsten Network Portal.
    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.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.