Uniform Rental and Laundering
ID: 33310525R0004Type: Solicitation
Overview

Buyer

J F KENNEDY CENTER FOR THE PERFORMING ARTSJ F KENNEDY CENTER FOR THE PERFORMING ARTSJOHN F KENNEDY CENTER FOR THE PERFORMING ARTSWASHINGTON, DC, 20566, USA

NAICS

Industrial Launderers (812332)

PSC

OUTERWEAR, MEN'S (8405)
Timeline
  1. 1
    Posted Mar 12, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 17, 2025, 5:00 PM UTC
Description

The John F. Kennedy Center for the Performing Arts is seeking proposals for uniform rental and laundering services to support its workforce. The procurement requires contractors to provide supervision, materials, transportation, and laundry services for a range of uniforms, including standard and flame-resistant options, while ensuring compliance with safety standards and quality control procedures. This initiative is crucial for maintaining operational efficiency and professionalism in the Center's employee attire. Interested contractors should refer to the RFP and Amendment No. 0001 for detailed submission guidelines, including a maximum proposal length of 25 pages, and are encouraged to contact Cheryl Rice at CDRice@Kennedy-Center.org or 202-416-8089 for further information.

Files
Title
Posted
Apr 1, 2025, 8:05 PM UTC
The document outlines Amendment 4 to Solicitation #33310525R0004 issued by the John F. Kennedy Center for contractors preparing proposals under NAICS Code 812332 for industrial laundering services. Key changes include the replacement of specific pages and updates to wage determinations, ensuring compliance with the Service Contract Act and related Executive Orders. The proposal submission guidelines mandate a maximum of 25 pages, requiring detailed pricing, schedules, qualifications, and samples of uniforms. Contractors must demonstrate an understanding of the project requirements and provide evidence of similar past experience. The document also specifies minimum wage rates and benefits applicable to various occupational classifications within the project's scope. This amendment ensures transparency and compliance in proposal submissions while prioritizing quality and adherence to labor standards, reflecting the government's commitment to fair wages and contractor accountability.
Apr 1, 2025, 8:05 PM UTC
The document is a request for proposal (RFP) for rental and laundering services of uniforms for employees at the John F. Kennedy Center for the Performing Arts. The RFP outlines the contractor's responsibilities to provide supervision, materials, transportation, and laundry services for standard and flame-resistant uniforms. Key details include the provision of various uniforms, jackets, headwear, and belts for employees, with specific requirements for sizing, cleaning, and repair. The contract encompasses a base period and four optional one-year extensions, emphasizing the importance of compliance with safety standards and quality control procedures. The document further highlights administrative details, invoicing processes, and insurance requirements, reinforcing the obligation to meet federal regulations. This acquisition aims to maintain operational efficiency and professionalism in the Center's workforce attire while adhering to safety guidelines and contractual obligations.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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.
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.
Rental and Cleaning of Arc Flash PPE
Buyer not available
The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide rental and cleaning services for Arc Flash Rated Personal Protective Equipment (PPE) at Fort Campbell, Kentucky. The contractor will be responsible for delivering and maintaining PPE, ensuring compliance with OSHA and NFPA standards, facilitating fitment sessions for personnel, and conducting regular cleaning to uphold the PPE's arc flash ratings. This procurement is crucial for maintaining safety standards and ensuring that personnel are equipped with properly fitted and maintained protective gear. Interested small businesses are encouraged to respond to this Sources Sought Notice by providing their capabilities and relevant experience to Karrie Wilkerson at karrie.a.wilkerson.civ@army.mil or by phone at 270-412-0533. The anticipated NAICS code for this opportunity is 812332, with a size standard of $47 million.
S209--Laundry and Linen Services
Buyer not available
The Department of Veterans Affairs is soliciting proposals for laundry and linen services at the Charles George VA Medical Center in Asheville, NC, with a total award amount of $8 million. The contractor will be responsible for providing comprehensive medical laundry services, including the collection, processing, and delivery of linens and uniforms, while adhering to strict hygiene and quality control standards. This contract is crucial for maintaining the operational efficiency and quality of care for veterans, ensuring that all services meet federal regulations and industry best practices. Interested parties should contact Contract Specialist Harold McQuillia at harold.mcquillia@va.gov, with the contract performance period beginning June 1, 2025, and options for four additional years.
FE Warren Protective Clothing
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for protective clothing services for the 583rd Missile Maintenance Squadron at FE Warren Air Force Base in Wyoming. The procurement involves leasing, cleaning, repairing, and tracking contractor-owned protective clothing, with a contract structure based on a firm fixed price for an initial period of twelve months, followed by four optional years. This service is crucial for maintaining safety and compliance standards within military operations, ensuring that personnel are equipped with properly maintained protective gear. Interested small businesses must submit their proposals by May 2, 2025, and direct any inquiries to Rachel Wright at rachel.wright.9@us.af.mil or Melissa Huston at melissa.huston.2@us.af.mil.
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--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.
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.
Solicitation 19NP4025Q2379 - LGF uniform
Buyer not available
The U.S. Department of State, through the U.S. Embassy in Kathmandu, has issued a solicitation (19NP4025Q2379) for the procurement of LGF uniforms, utilizing a Request for Proposal (RFP) format. The procurement includes long-sleeve and short-sleeve shirts, as well as trousers in specified colors and materials, with quantities detailed in the solicitation. This opportunity is critical for ensuring that U.S. personnel in Nepal are equipped with appropriate uniforms, adhering to federal guidelines and standards. Interested contractors must submit their proposals by May 16, 2025, at 5 PM local time, and are required to demonstrate prior experience and registration in the System for Award Management (SAM). For further inquiries, potential offerors can contact Vidya Acharya at acharyav@state.gov or William J Miskelly at MISKELLYWJ@state.gov.
Entry Mats Cleaning
Buyer not available
The Department of Veterans Affairs is seeking qualified vendors to provide mat rental and cleaning services for specific clinics within its jurisdiction. This opportunity is part of a Request for Information (RFI) aimed at identifying potential sources, particularly focusing on businesses classified under NAICS 812332, which pertains to industrial launderers. The services are crucial for maintaining cleanliness and hygiene standards in VA facilities, ensuring a safe environment for veterans and staff. Interested parties must submit their responses, demonstrating their capabilities and compliance with federal regulations, to James Horne Jr. at James.horne@va.gov by the specified deadline, as this RFI serves as a preliminary step before a potential solicitation is released.