Healthcare Linen Services for Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC), Carlisle Barracks, PA.
ID: W91YTZ25QA048Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EASTFORT BELVOIR, VA, 22060-5580, USA

NAICS

Linen Supply (812331)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 8, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 4:00 PM UTC
Description

The Department of Defense is soliciting proposals for healthcare linen and laundry services for the Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC) located at Carlisle Barracks, Pennsylvania. The contract, which is set aside for small businesses under NAICS code 812331, requires the contractor to manage the pick-up, transport, cleaning, and return of approximately 8,600 pounds of government-owned linen annually, adhering to strict quality and safety standards. This procurement is crucial for maintaining hygiene and infection control in healthcare settings, ensuring that essential services are provided to support patient care. Interested parties must submit their proposals electronically by April 17, 2025, and direct any inquiries to Cotrena Y. Brown-Johnson at cotrena.y.brownjohnson.mil@health.mil or Ricardo Cordero Cruz at ricardo.a.corderocruz.civ@health.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 3:13 PM UTC
The document is a combined synopsis/solicitation (W91YTZ25QA048) for a contract solicitation seeking quotes for healthcare laundry and linen services specifically for Dunham Army Health Clinic and Dental Activity in Carlisle, PA. The requirement is fully set aside for small businesses under NAICS code 812331, with an annual capacity of 8,600 pounds of laundry, valid for a base year plus four optional years. Key deadlines include submission of offers by April 17, 2025, and inquiries by April 11, 2025. Offerors must adhere to specific instructions and submit an electronic proposal divided into technical specifications, pricing, and past performance documentation. Evaluation will be based on a Lowest Price Technically Acceptable (LPTA) approach, emphasizing compliance with basic requirements, pricing fairness, and past performance reliability. The contract will enforce compliance with various Federal Acquisition Regulation (FAR) provisions, including clauses relating to small business participation and combatting trafficking in persons. This solicitation demonstrates the government’s initiative to procure essential services while supporting small business involvement. Compliance with registration in the System for Award Management (SAM) is mandatory for proposal consideration.
Apr 11, 2025, 3:13 PM UTC
The document addresses contractor inquiries regarding the government contract W91YTZ25QA048. It confirms the existence of an incumbent contractor, KA Holdings LLC, based in Bel Air, Maryland, but clarifies that this contract is not part of a larger DECA Award. It is identified as a follow-on contract, with the previous contract number being W91YTZ20P0015, indicating that services are currently being provided by the incumbent. This information is essential for potential bidders looking to understand the competitive landscape and the continuity of services related to this contract. The document serves to clarify contractor questions and facilitate informed proposals in response to the government’s request for proposals (RFPs).
Mar 12, 2025, 3:06 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract to provide healthcare laundry and linen services for the Dunham Army Health Clinic and Dental Activity at Carlisle Barracks, PA. This includes the collection, cleaning, sanitization, and delivery of approximately 8,600 pounds of government-owned linen annually. The contractor is expected to ensure infection control and adhere to best practices while complying with relevant laws and safety protocols set by OSHA. Key components involve the development of a Quality Control Plan to monitor service quality, responsiveness to potential issues within 24 hours, and maintaining accurate records. The contractor must handle both soiled and clean items separately and ensure high standards for cleanliness and presentation as specified in the document. Additional responsibilities include providing all necessary materials, equipment, and vehicular support, with a focus on maintaining a secure environment for sensitive military information. The document serves as a framework that delineates the contractor's obligations and performance expectations while prioritizing the quality of service in support of healthcare operations.
Apr 11, 2025, 3:13 PM UTC
The Performance Work Statement (PWS) outlines the requirements for a non-personal service contract to provide healthcare linen and laundry services for Dunham Army Health Clinic and Dental Activity at Carlisle Barracks, PA. The contractor will manage the pick-up, transport, cleaning, and return of approximately 8,600 pounds of government-owned linen annually, ensuring adherence to quality standards and applicable regulations. The contract emphasizes infection control, safety compliance per OSHA standards, and strict confidentiality regarding military operations. Responsibilities include developing a Quality Control Plan (QCP) and adhering to safety, training, and security measures, including personnel background checks. The contractor must report all work hours through the System for Award Management (SAM) and maintain documentation for quality assurance. Specific processes for handling soiled vs. clean laundry, ensuring hygienic practices, and mitigating discrepancies in weight during transport are detailed. Additional stipulations include returning unserviceable items for replacement and following stringent packaging standards to maintain cleanliness during transit. This PWS serves as a contractual framework aimed at ensuring high-quality healthcare textile services necessary for patient care.
The U.S. Army Health Contracting Activity (USAHCA) is conducting market research for healthcare linen services at Dunham Army Health Clinic (DAHC) and Dental Activity (DENTAC) at Carlisle Barracks, PA. This sources sought notice aims to identify interested parties with the necessary resources, with procurement intended on a competitive basis. Responses may lead to a small business set-aside or be open to all businesses. The estimated performance period is one base year plus four option years, starting May 2025, and the applicable NAICS code is 812331 “Linen Supply.” Respondents must indicate their business size in their capabilities statement, which should not exceed ten pages. The deadline for responses is March 25, 2025. It is crucial to note that this notice is for informational purposes only and does not constitute a request for proposals. Responses will not obligate the government to award a contract, and interested parties are encouraged to submit their statements via email to designated government contacts. This filing illustrates the government's commitment to ensuring a competitive bidding process while evaluating potential service providers effectively.
Apr 11, 2025, 3:13 PM UTC
The document outlines Wage Determination No. 2015-4225 issued by the U.S. Department of Labor under the Service Contract Act, detailing minimum wage rates and fringe benefits for various job classifications in Pennsylvania's Cumberland, Dauphin, and Perry counties. It specifies that contractors must pay covered workers at least $17.75 per hour if contracted after January 30, 2022, or $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022. Wage rates vary by occupation, ranging from administrative support roles to skilled trades, with additional requirements for health and welfare, paid sick leave, and holiday benefits. The document emphasizes compliance with federal wage standards and outlines the process for classifying jobs not listed in the wage determination via a conformance request. This wage determination serves as a crucial reference for government contracting, ensuring fair compensation for labor under federal contracts, particularly in light of Executive Orders related to minimum wage and paid leave for federal contractors.
Similar Opportunities
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.
Healthcare Environmental Cleaning and Linen Laundry Services
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Healthcare Environmental Cleaning (HEC) and Linen Laundry Services at the U.S. Army Health Clinic - Vicenza in Italy. The procurement aims to ensure high standards of cleanliness, disinfection, and aesthetic maintenance within Military Treatment Facilities (MTFs), emphasizing that basic janitorial services will not suffice to meet the mission-critical requirements outlined in the Performance Work Statement (PWS). The contract will be a Fixed-Price Indefinite Delivery/Indefinite Quantity (IDIQ) agreement with one base period and four one-year options, anticipated to run from September 1, 2025, to August 30, 2030. Interested vendors must register in the System for Award Management (SAM) and can expect the solicitation to be published around April 3, 2025; for further inquiries, they may contact Elena Raspitha at elena.m.raspitha.civ@health.mil or by phone at +49 6371 94644669.
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.
PROTECTIVE UNIFORM RENTAL FOR ELECTRICAL PERSONNEL AND SHOP TOWEL RENTAL
Buyer not available
The Department of Defense, through the Defense Logistics Agency, is seeking proposals for a contract to provide protective uniform rental and shop towel rental services for electrical personnel at DLA Aviation – Mechanicsburg (IPE MECH). The selected contractor will be responsible for supplying NFPA 70E-compliant flame-resistant uniforms and shop towels, including delivery, pick-up, laundering, and repairs on a weekly basis, adhering to specific quality and safety standards. This procurement is crucial for ensuring the safety and operational efficiency of personnel working in potentially hazardous environments. Interested small businesses must submit their proposals by May 6, 2025, at 2:00 PM EST, and can direct inquiries to Benjamin Maxwell or Allison Douglewicz via the provided email addresses.
Laundry Services for 647th LRS
Buyer not available
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.
CST25 Temporary Laundry Facility
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for the establishment of a temporary laundry facility at Fort Knox, Kentucky, to support the Cadet Summer Training (CST) program. The contractor will be responsible for providing a self-service, climate-controlled laundry facility equipped with 54 electric stacked laundry centers, operational 24/7 from June 14 to August 17, 2025, to accommodate the laundry needs of cadets. This facility is crucial for maintaining the operational readiness and hygiene of cadets during their training period. Interested vendors should note that this opportunity is a Total Small Business Set-Aside, and they must submit their proposals electronically by the specified deadline, with inquiries directed to the primary contact, Ranetta M. DeRamos, at ranetta.m.deramos.civ@army.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.
S--Linen Cleaning Services
Buyer not available
Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for linen cleaning services. The contractor will be responsible for providing linen services required by Naval Health Clinic Cherry Point in Cherry Point, NC. This is a 100% small business set aside. The contract will be for a twelve-month base year starting on November 17, 2015, with four twelve-month option years. The solicitation and subsequent amendments will only be available for download on the NECO website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the primary point of contact listed in the synopsis.
USCG Air Station Corpus Christi Linen service
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a linen service contract at the Air Station in Corpus Christi, Texas. The contractor will be responsible for providing high-quality linen services, including bi-weekly pick-up and delivery of various linens such as sheets and blankets, ensuring they are free from stains or damage, and complying with industry standards. This contract, valued at approximately $47 million, is set to run from May 1, 2025, to April 30, 2026, and is designated as a Total Small Business Set-Aside, with proposals due by 12:00 PM CST on March 25, 2025. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Jesse McDonald at Jesse.C.Mcdonald@uscg.mil.
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.