Laundry and Mat Services
ID: H924025Q0010Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Linen Supply (812331)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Special Warfare Command (NAVSPECWARCOM), is soliciting offers for Laundry and Mat Services to support the Naval Special Warfare Group Four (NSWG-4) at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The procurement aims to provide essential laundering, rental, pickup, and delivery services for mats, towels, and linens, ensuring operational readiness and hygiene for military personnel. This contract is particularly significant as it emphasizes the importance of maintaining high cleanliness standards and operational efficiency in military environments, with a total small business set-aside under the NAICS code 812331. Interested contractors must submit their quotes by 10:00 AM on February 28, 2025, and can direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for laundry and mat services for the Naval Special Warfare Group Four (NSWG-4) at Joint Expeditionary Base Little Creek-Fort Story. The primary objective is to provide clean mats, towels, and linens for duty personnel and gym facilities, ensuring operational readiness and safety by providing services such as laundering, rental, pickup, and delivery. The contractor must maintain a high standard of cleanliness and sterilization, adhering to local industry norms. Key deliverables include specific quantities of flat and fitted sheets, pillowcases, blankets, and various sizes of mats, all returned in clean condition weekly. The contractor is expected to establish an efficient inventory system for tracking items and to facilitate a linen exchange activity. Security measures dictate that the contractor coordinate access to military installations and undergo government escort during visits. The PWS emphasizes the importance of quality control, allowing the Government to conduct inspections and issue corrective action requests when necessary. The contract is structured into a base year with four optional extensions, demonstrating ongoing support for NSWG-4's operational needs. This document provides vital guidance for potential contractors involved in government RFPs, stipulating clear standards for service delivery in a military context.
    The document appears to contain fragmented and unintelligible text, likely due to encoding errors or corruption during data retrieval. No coherent structure, topic, or key ideas are discernible within the provided content, making it impossible to summarize accurately. The text includes numerous unrelated symbols, characters, and sequences that do not convey any meaningful information regarding federal government RFPs, grants, or state and local RFPs. Overall, this document may require data recovery or a different format for proper analysis and understanding. Without clear information, an accurate summary cannot be generated, nor can its purpose within the context of government proposals be identified effectively.
    The document is a Request for Quote (RFQ) from the Naval Special Warfare Command, soliciting offers for linen, mat, and laundry services over a five-year period. The RFQ outlines the solicitation number H9224025Q0010, with responses due by 10:00 AM on February 28, 2025. It specifies the terms of performance including a fixed firm price for weekly service delivery to designated locations. The contract will include multiple optional years of service and provides detailed requirements for quotations, including technical capability and pricing factors. Contractors must demonstrate their understanding of the requirements per the attachment referenced in the Performance Work Statement and submit a narrative detailing their approach. Pricing must be submitted for all contract line item numbers (CLINs), and the award will favor the lowest-priced, technically acceptable offer. The document emphasizes compliance with various procurement regulations including representations and certifications related to small businesses and telecommunications services. This solicitation process reflects the government's commitment to adhering to federal acquisition standards, fostering small business participation, and ensuring effective and reliable service provision to military operations.
    Lifecycle
    Title
    Type
    Laundry and Mat Services
    Currently viewing
    Solicitation
    Similar Opportunities
    MEDICAL LAUNDRY SERVICES
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting proposals for medical laundry services to support the Naval Health Clinic in Oak Harbor, Washington. The contract will require the selected contractor to provide comprehensive laundry services, including washing, transporting, and maintaining cleanliness of medical linens in accordance with military and CDC standards, while adhering to strict infection control protocols. This procurement is critical for ensuring that healthcare facilities maintain high standards of hygiene and service continuity, particularly in a military healthcare environment. Interested small businesses must submit their proposals by January 7, 2025, with inquiries directed to Nicole Logan at nicole.d.logan.civ@us.navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.
    S209- Laundry Services Sources Sought Notice
    Buyer not available
    The Department of Defense, through the NAVSUP Fleet Logistics Center San Diego, is conducting a Sources Sought Notice to identify qualified businesses capable of providing laundry services at the Port Hueneme CBC Base in California. The services required include the provision of all personnel, equipment, supplies, and non-personal services necessary to perform laundry tasks as outlined in the attached Performance Work Statement (PWS), which emphasizes adherence to quality control and operational standards. This procurement is critical for maintaining the cleanliness and integrity of government-issued linens and related items, ensuring they meet professional standards. Interested parties must submit a Statement of Capability by February 10, 2025, at 11:00 AM PST to Elisa Allison at elisa.r.allison.civ@us.navy.mil, and are encouraged to provide detailed information regarding their business size, capabilities, and past performance.
    USNS SUPPLY Final Cleaning
    Buyer not available
    The Department of Defense, through the Military Sealift Command, is seeking quotes for janitorial services for the USNS SUPPLY (T-AOE 6) at Norfolk Naval Station, Virginia. The procurement involves a total small business set-aside for cleaning and sanitation services, which must adhere to specific protocols using EPA-approved disinfectants across various areas of the vessel, including living spaces, offices, and machinery areas. This contract is crucial for maintaining health and safety standards aboard naval vessels following maintenance periods. Interested vendors must submit their quotes by February 7, 2025, and can contact Thomas White at thomas.l.white222.civ@us.navy.mil or 757-341-5739 for further information.
    Linen Supply Services for Base Astoria Medical Clinic
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide linen supply services for the Base Astoria Medical Clinic in Warrenton, Oregon. The contract requires the contractor to manage laundry services, including the pickup and delivery of soiled and clean linens and scrubs, with service pickups scheduled biweekly on Wednesdays from January 1, 2025, to December 31, 2025. This procurement is critical for maintaining operational efficiency and safety at the Coast Guard facility, ensuring compliance with security protocols and cleanliness standards. Interested small businesses must submit their quotes to Thomas Gresham via email by 10 AM (EST) on February 6, 2025, referencing solicitation number 70Z03325Q31190012.
    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.
    Laundry & Dry Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide Laundry and Dry Cleaning (L&DC) services at Fort Moore, Georgia. The procurement aims to establish a firm fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a five-year ordering period, encompassing various laundry and dry cleaning tasks for military personnel, including the laundering of organizational clothing and individual equipment, while adhering to Army regulations and environmental standards. This service is crucial for maintaining the health and sanitation requirements of military operations. Interested parties must submit a capabilities statement by 12 p.m. EST on February 14, 2025, to the Contract Specialist, Ms. Maleah Owen, at maleaha.l.owen.civ@army.mil, with additional contact available through Racheal L. Valdez at racheal.l.valdez.civ@army.mil.
    Linen Laundry Service WAATS
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide linen laundry services for the Western Army Aviation Training Site (WAATS) in Marana, Arizona. The contractor will be responsible for the pick-up, cleaning, drying, and delivery of various linen items, including towels, sheets, and blankets, in accordance with the Performance Work Statement (PWS) and a defined performance schedule. This service is crucial for maintaining operational readiness and hygiene standards for military personnel at the facility. Interested parties must submit their quotes via email to the contracting officer, Janet Labell, by 5:00 PM MST on February 16, 2025, with a site visit scheduled for February 12, 2025, to facilitate understanding of the requirements. For further inquiries, potential bidders can contact Janet Labell at janet.f.labell.civ@army.mil.
    MATTRESS REMOVAL MCB QUANTICO
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is soliciting quotations for the removal and recycling of barracks mattresses at Marine Corps Base Quantico, Virginia. The contract requires the collection, transportation, and environmentally responsible disposal of up to 1,302 twin mattresses, with a focus on compliance with local, state, and federal regulations. This procurement is part of the government's sustainability efforts and is set aside exclusively for small businesses under the Total Small Business Set-Aside program. Interested contractors must submit their bids electronically by February 11, 2025, with a deadline for questions on February 7, 2025, and services are expected to be completed by February 15, 2025. For further inquiries, contact Alejandro Conde at alejandro.conde@usmc.mil or Gabriela Gonzalez at gabriella.gonzalezc@usmc.mil.
    Sanitation Tank Cleaning
    Buyer not available
    The Department of Defense, specifically the Norfolk Naval Shipyard, is seeking qualified contractors for a federal contract focused on the cleaning of the Operations Sanitary Tank on an S6G Class Moored Training Ship. The objective is to ensure the tank is cleaned to a standard that allows for safe entry and work, adhering to specific cleaning procedures and safety protocols outlined in the Statement of Work. This contract is crucial for maintaining operational readiness and safety standards within naval operations, reflecting the importance of effective waste management services in military settings. Interested small businesses must submit their quotes by February 10, 2025, following a site visit scheduled for February 5, 2025, and are required to register in the System for Award Management (SAM) to be eligible for the award. For further inquiries, contact Jhakira Weathers at jhakira.e.weathers.civ@us.navy.mil or Lillian Kwong at lillian.l.kwong.civ@us.navy.mil.
    P909 SOF SDVT2 Operations Support Facility, JEB Little Creek-Fort Story, VA
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for the construction of the P909 SOF SDVT2 Operations Support Facility at JEB Little Creek-Fort Story, Virginia. This project involves the design and construction of a facility approximately 60,000 square feet in size, which includes the demolition of existing structures and is estimated to have a budget ranging from $25 million to $100 million. The facility is critical for enhancing operational capabilities for Navy personnel, emphasizing compliance with federal construction standards and safety regulations. Interested contractors must submit their proposals electronically by January 31, 2025, and can direct inquiries to Demetrice Jenkins at demetrice.jenkins2.civ@us.navy.mil or by phone at 757-341-1973.