Base Linen Cleaning
ID: FA480325QB005Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4803 20 CONS LGCASHAW AFB, SC, 29152-5125, USA

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

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

    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for Base Linen Cleaning services at Shaw Air Force Base in South Carolina. This contract, designated as a Total Small Business Set-Aside, requires the contractor to provide comprehensive laundry and dry cleaning services, including scheduled pickups, deliveries, and adherence to health and sanitation standards for items used at the Carolina Pines Inn. The contract will utilize Non-Appropriated Funds (NAF), emphasizing that no federal tax dollars will be involved, and proposals are due by June 9, 2025. Interested contractors can reach out to Lori Quador at lori.quador@us.af.mil or Shaunannette D. Watson at shaunannette.watson@us.af.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    This document is a Q&A set pertaining to a federal Request for Proposal (RFP) for Base Linen Cleaning Services at Shaw Air Force Base, SC, identified as FA480325QB005. The questions cover various aspects of the contract requirements, including the scope of work, expected volume of linen services, payment processes, and contractor obligations. The scope for the new contract mirrors the previous contract, with linen volume projected at 207,000 pounds for FY2024 and 217,000 pounds for FY2025. The contract is a Firm-Fixed Price agreement, requiring the prime contractor to perform at least 50% of the work. Submission and invoicing procedures are outlined, clarifying that Non-Appropriated Funds (NAF) procedures are applicable. The document specifies that there are no special care requirements for linens, and it confirms that subcontractors are not required to be registered in SAM but their past performance may be considered. The incumbent contractor is noted to be Rae Management Services LLC, and the total current contract value is stated as $1.8 million, with the recompete due to the expiration of the existing contract. Overall, this document serves to clarify expectations and requirements for prospective bidders on the linen cleaning services contract.
    The document is an amendment (Amendment 0001) to the Request for Quotation (RFQ) for Base Linen Cleaning Services at Shaw Air Force Base, South Carolina. Issued on May 28, 2025, the amendment provides responses to questions received from interested contractors, which are documented in an attached Questions and Answers format. It is important for contractors to submit a signed copy of this amendment with their quotes, while all previously established terms and conditions of the RFQ remain unchanged. The notice is signed electronically by the Contracting Officer, Shaunannette D. Watson, from the U.S. Air Force. This RFQ reflects standard government procurement practices, ensuring transparency and clarity for potential contractors while maintaining compliance with federal acquisition regulations.
    This document outlines the Nonappropriated Fund Standard Clauses applicable to contracts involving the Department of Defense’s Nonappropriated Fund Instrumentalities (NAFIs). It defines key terms such as "Contract," "Contracting Officer," and "Contractor," emphasizing that no appropriated funds are included. The document specifies procedures for resolving claims, protests, and appeals outside the Contract Disputes Act, detailing the contractor's responsibilities to adhere to laws and regulations, including those related to labor and anti-trafficking measures. It includes clauses governing the legal statuses, procurement integrity, insurance requirements, contractor certifications, and compliance with federal labor laws including wage increases and paid sick leave. Various prohibitions related to certain telecommunications and equipment services are addressed, alongside stipulations regarding warranties, taxes, invoicing, and payment processes. The document underscores the government’s commitment to social responsibility, ethical labor practices, and sustainability in contracting. In essence, it serves as a comprehensive guideline for contractors on expectations, requirements, and compliance with legal standards for contracts involving NAFIs, focusing on maintaining integrity and accountability within government procurement processes.
    The Performance Work Statement (PWS) outlines the requirements for laundry and dry cleaning services at Shaw Air Force Base, SC, under a non-personnel service contract. The contractor is responsible for providing all facilities, labor, equipment, and materials necessary to ensure effective service delivery. Key services include laundry and dry cleaning of items, scheduled pickup and delivery, item repairs, and special washing requirements for contaminated items. The contractor must adhere to health and sanitation standards and ensure the timely delivery of clean items free from contaminants. Pickup and delivery schedules are strictly defined, with specific timelines for processing and delivery. An emphasis is placed on proper packaging and labeling, as well as maintaining a high level of cleanliness and quality throughout the process. Performance metrics are established, allowing for limited discrepancies per quarter or month. Additionally, the PWS outlines the need for a Quality Control Program and requires that the contractor maintains a stable workforce and meets various safety and security requirements while operating on the base. The provision of government-furnished property and compliance with environmental regulations is also emphasized, showcasing the base's commitment to sustainable practices. This document serves as a comprehensive guideline for potential contractors detailing expectations and administrative protocols for effective service delivery.
    The Quality Assurance Surveillance Plan (QASP) for Base Linen Cleaning at Shaw Air Force Base outlines a systematic approach for evaluating contractor performance as per contractual standards. It details the roles of the Multi-Functional Team (MFT), including the Contracting Officer (CO) and Contracting Officer Representative (COR), emphasizing their responsibilities in managing, monitoring, and ensuring compliance with service delivery metrics. The document specifies surveillance procedures to assess contractor adherence to performance objectives related to laundry services, including pickup schedules and cleanliness standards, with established thresholds for acceptable discrepancies. It mandates monthly surveillance schedules, documentation of customer complaints, and corrective actions for non-compliance. Additionally, the QASP addresses unacceptable performance, requiring the COR to identify causes and communicate with the contractor on deficiencies, while ensuring that government actions do not interfere with performance evaluations. The plan encapsulates the government's intent to maintain high service quality through rigorous oversight, necessitating active engagement between the government, contractors, and the MFT. This framework ensures alignment with federal acquisition standards, ultimately aiming to bolster service performance and operational reliability at Shaw Air Force Base.
    The document appears to be an unintelligible representation of potential government Request for Proposals (RFPs), federal grants, or local RFPs, likely corrupted or improperly formatted. Despite the obfuscation, the core aim of such documents typically revolves around soliciting bids from contractors to execute government projects or apply for funding. The structure generally includes background information on the project, objectives, eligibility criteria, submission guidelines, and evaluation criteria, guiding potential applicants through the process. Given the context of federal grants and RFPs, the content would focus on the importance of compliance, reporting requirements, and the funding parameters necessary to meet government standards. Unfortunately, due to the corrupted nature of the file, specific details cannot be discerned, limiting the ability to provide a comprehensive overview or analysis based on usual RFP conventions.
    This document outlines the Nonappropriated Fund (NAF) standard clauses incorporated by reference, critical for federal government contracting and related obligations. It includes clauses addressing various prohibitions and requirements, such as the exclusion of individuals convicted of fraud related to Department of Defense (DoD) contracts, and bans on using Kaspersky Lab software, telecommunications equipment from certain foreign entities, and the social media platform TikTok due to national security concerns. The clauses also emphasize the contractor's responsibility to safeguard covered defense information and report cyber incidents effectively, stipulating cybersecurity measures aligned with NIST guidelines. Furthermore, provisions regarding labor standards, child labor compliance, and equal employment opportunities are included to emphasize fairness and legal adherence in contracting practices. The document serves as a framework addressing legal, security, and ethical considerations for contractors working with federal entities, reinforcing the government's commitment to safeguarding sensitive information and ensuring equitable treatment in employment practices.
    The document outlines mandatory contract terms and conditions for federal contracts involving commercial products and services, primarily derived from Federal Acquisition Regulation (FAR) clauses. It mandates compliance with various legal provisions and executive orders that govern contractor responsibilities, including prohibitions against requiring confidentiality agreements, contracting with specific foreign entities, and ensuring small business participation. It specifies essential clauses on ethical conduct, employee rights, and labor standards that contractors must adhere to. The document also emphasizes the importance of transparency, accountability, and fair labor practices within federal contracting. Additionally, provisions for record examinations by the Comptroller General are included, ensuring oversight and compliance with the contractual terms. Overall, this document aims to ensure that contractors fulfill legal and ethical obligations in their dealings with government entities, particularly in the context of RFPs and grants.
    The Department of the Air Force's 20th Fighter Wing has issued a Request for Quotation (RFP) for commercial laundry services at Shaw Air Force Base, South Carolina, under solicitation number FA480325QB005. This unrestricted solicitation is designated for small businesses with a contract scope involving multiple service periods from late 2025 to 2031. The proposal must comply with a detailed Performance Work Statement and includes a Phase-In Period. Offerors are required to submit pricing for various Contract Line Item Numbers (CLINs), demonstrating their capability to deliver services as specified. The evaluation criteria will consider price, technical acceptability, and past performance in similar contract scopes. The pricing for all options will also factor into the evaluation. Quotations are due by June 9, 2025, and potential contractors must address their submissions to the appointed contracting officers via the specified emails. The contract will utilize Non-Appropriated Funds, emphasizing that no federal tax dollars will be involved. The document contains detailed submission instructions and further clauses governing the contractual requirements, aiming to secure the best value for the government through competitive bidding processes.
    Lifecycle
    Title
    Type
    Base Linen Cleaning
    Currently viewing
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    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.
    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.
    Custodial Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for custodial services at Lajes Field in the Azores, Portugal, under solicitation FA448626R0001. The contractor will be responsible for providing all management, tools, equipment, and labor necessary to maintain a clean and professional facility appearance, adhering to established cleaning frequencies and standards as outlined in the Performance Work Statement (PWS). This contract, valued at approximately $22 million, includes a base period from April 2026 to November 2026, with four additional one-year option periods extending through November 2030. Interested parties, particularly Women-Owned Small Businesses (WOSB), should direct inquiries to Claudia Silva at claudia.silva.pt@us.af.mil, and must submit their proposals by the specified deadlines, including a Past Performance Questionnaire due by January 20, 2026.
    Synopsis - Aircraft Wash
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide non-personal Aircraft Wash Services at MacDill Air Force Base in Tampa, Florida. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive aircraft washing and corrosion control services, including all necessary personnel, equipment, and supervision, over a five-year ordering period from March 26, 2026, to March 25, 2031, with a potential six-month extension. The services are critical for maintaining the operational readiness and longevity of aircraft, particularly the KC-135, and the solicitation is expected to be issued on January 6, 2026, with a closing date of January 27, 2026. Interested parties must be registered in the System for Award Management (SAM) database and can direct inquiries to Owen Harris at owen.harris.2@us.af.mil or Melissa Biggar at melissa.biggar@us.af.mil.
    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.