ContractCombined Synopsis/Solicitation

Fort Knox Bulk Medical Laundry

DEPT OF DEFENSE W81K0426QA044
Response Deadline
May 15, 2026
7 days left
Days Remaining
7
Until deadline
Set-Aside
No Set aside used
Notice Type
Combined Synopsis/Solicitation

Contract Opportunity Analysis

The Health Readiness Contracting Office–East, under the Department of the Army, is seeking a single contract for medical grade bulk laundry services in support of the Ireland Army Health Clinic at Fort Knox, Kentucky. The contractor will provide all labor, materials, equipment, transportation, and contractor-owned textiles for medical facility laundry, including weekly pick-up and delivery and the laundering of government-owned and contractor-owned linens. The work is a full and open competition with a 12-month base period and four 12-month option periods, and it must meet Joint Commission healthcare linen standards as well as the detailed deliverable, packaging, and security requirements in the attached exhibits. Quotes must be emailed to justin.balster2.civ@health.mil and Lorena.cruz.civ@health.mil by May 15, 2026 at 4:00 PM Eastern, with questions due by May 12, 2026 at 11:00 AM Eastern, and offerors must be registered in SAM and include FAR 52.212-3 Alt 1 and amendment confirmation with their offer.

Classification Codes

NAICS Code
812320
Drycleaning and Laundry Services (except Coin-Operated)
PSC Code
S209
HOUSEKEEPING- LAUNDRY/DRYCLEANING

Solicitation Documents

9 Files
W81K0426QA044.pdf
PDF23842 KBMay 8, 2026
AI Summary
The Health Readiness Contracting Office – East is seeking proposals for a single contract to provide Medical Grade Laundry services to the Ireland Army Health Clinic (IAHC) at Fort Knox, KY. This is a full and open competition, combined synopsis/solicitation (RFQ W81K0426QA044) for commercial supplies under NAICS Code 812320. The contract will consist of a 12-month base period and four 12-month option periods. The contractor will be responsible for all labor, materials, services, equipment, and transportation for medical facility laundry, including providing contractor-owned textiles. Services include weekly pick-up and delivery of an estimated 627 pounds of government-owned and 15,435 pounds of contractor-owned textiles monthly, adhering to Joint Commission healthcare linen standards. Offerors must submit quotes via email to justin.balster2.civ@health.mil and Lorena.cruz.civ@health.mil by May 15, 2026, at 4:00 PM Eastern, and address questions by May 12, 2026, at 11:00 AM Eastern. Successful awardees must be registered with the System for Award Management (SAM) and include FAR provision 52.212-3 Alt 1 and confirmation of any amendments with their offer.
Exhibit A - Deliverables.pdf
PDF305 KBMay 8, 2026
AI Summary
This document outlines the deliverables required from a contractor providing hospital laundry services, categorized into one-time, monthly, and as-required submissions. One-time deliverables include statements of contractor experience, a phase-in/phase-out plan, and samples/specifications for textile items. Monthly requirements consist of a Quality Control Inspection Report. As-required deliverables cover a range of items such as the designation of a project manager and alternate, a personnel roster, health certificates and immunizations, an exposure control plan, textile test piece monitoring and retest results, wash formulas, a safety program, training records, a contingency plan, and packing slips for delivered items. These deliverables ensure compliance with the Performance Work Statement (PWS) requirements and aim to maintain quality and safety in hospital laundry operations.
Exhibit B Government-Owned and Contractor Owned Linens.pdf
PDF92 KBMay 8, 2026
AI Summary
Exhibit B outlines the linen requirements for a government contract, distinguishing between government-owned linens to be laundered and contractor-owned linens to be provided. Government-owned items include various sizes and colors of Hydrocollator Moist Heat Therapy Pads, one type of table cloth, and numerous sizes of patient privacy curtains. These privacy curtains require laundering a minimum of twice yearly, or sooner if visibly soiled. Contractor-owned linens encompass a range of items such as reusable laundry bags, blankets, pediatric and regular gowns, pillowcases, various sizes of scrub jackets, pants, and shirts, flat and knit contour sheets, bath and hand towels, green hand towels for operating rooms, and washcloths. This exhibit details the specific types of linens involved in the contract, ensuring clarity on responsibilities for laundering and provision.
Exhibit C - IRAHC Laundry Talley Sheet.pdf
PDF170 KBMay 8, 2026
AI Summary
The IRAHC LAUNDRY TALLEY SHEET (LOGISTICS FORM 1-1-1, dated 1 April 2026) is a form used to track laundry services. It records the date and time of pickup and delivery, as well as the total, cart, and actual weights for both pickup and delivery. The form also includes sections to document the total contaminated weight picked up and the total clean weight delivered. Verification sections require printed names and signatures from both an IRAHC Representative and a Contractor Representative for both pickup and delivery. This form serves as a crucial record for managing laundry logistics and ensuring accountability in the process, likely within a governmental or institutional context given its
Exhibit D - Textile Manufacture Construction Requirements.pdf
PDF241 KBMay 8, 2026
AI Summary
This document outlines the construction requirements for various textile products used in healthcare facilities, likely for a government RFP or grant. It specifies material composition and performance standards for reusable surgical textiles, requiring them to meet ANSI/AAMI PB70:2003 and ANSI/AAMI ST65:2008 level 4 standards for barrier properties, breathability, and durability, and be made from cotton, cotton blend, or SMS fabric. Other items, such as towels, hand towels, kitchen towels, and baby blankets, must be 100% cotton. Hospital bed blankets, scrub shirts, scrub pants, patient gowns, hospital sheets, fitted sheets, stretcher sheets, and pillowcases have specific minimum cotton percentages, with sheets and pillowcases also requiring minimum thread counts.
Exhibit E - Linen Bundle Size.pdf
PDF181 KBMay 8, 2026
AI Summary
This exhibit outlines the specific requirements for linen bundling and sizing, particularly for color-coded and sized items like scrubs, gowns, and jackets. All such items must be folded and bundled so that color codes are easily visible, and items carried by size (e.g., small, medium, large) must be bundled together by size. If items come in varied colors and sizes, they must be bundled by both color and size. The document provides a detailed list of 32 items, specifying the quantity per bundle, with most items bundled in quantities of 10 or 15. This includes various types of gowns, scrub wear (jackets, pants, shirts), blankets, sheets, and towels. The main purpose of this document is to ensure standardized and organized handling of linens, crucial for efficiency and accuracy in healthcare or similar environments, likely within the context of a government RFP for laundry or linen services.
Exhibit F Performance Requirement Summary (PRS).pdf
PDF188 KBMay 8, 2026
AI Summary
This government file, an Exhibit F Performance Requirement Summary (PRS), outlines the performance standards and acceptable quality levels (AQLs) for a contractor providing services. It details specific task areas, including delivery and pick-up services, provision of textiles, standards of quality, packaging of laundered articles, and articles in transit. For each area, the document specifies the maximum allowable degree of deviation from requirements (AQL), the method of surveillance (Periodic Surveillance Checklist and Customer Complaint Document in CPARS), and the remedies/contractor corrective actions, which involve the contractor correcting issues at no additional cost to the Government. The PRS serves as a framework for the Government to evaluate contractor performance against established benchmarks.
Exhibit G - Antiterrorism and Operation Security.pdf
PDF98 KBMay 8, 2026
AI Summary
This government file outlines antiterrorism and operation security requirements for contractor employees working within Defense Health Agency (DHA)-controlled installations. Key requirements include mandatory AT Level I awareness training within 30 days of contract start and annually thereafter, with certificates submitted to the COR. Contractor personnel must comply with background check requirements, personal identity verification, and installation access policies, including adjudication standards using NCIC-III and TSDB for those without Common Access Cards (CACs). Additionally, employees must complete iWATCH/Suspicious Activity Reporting Training and Level I OPSEC Awareness training. For contractors with security clearances, annual Insider Threat Awareness training is also mandated. These measures ensure the security and safety of DHA facilities and personnel.
Exhibit H - DOL Wage Determination 2015-4681.pdf
PDF4795 KBMay 8, 2026
AI Summary
The SAM.gov Wage Determination No. 2015-4681, Revision No. 26, outlines prevailing wage rates and fringe benefits for service contract employees in Hardin and Larue Counties, Kentucky. This determination, issued by the U.S. Department of Labor, covers a broad range of occupations including administrative, automotive, health, and technical roles. It details health and welfare benefits, vacation accrual, and twelve paid holidays. Special provisions apply to computer employees, air traffic controllers, and weather observers, including exemptions for bona fide professionals and night/Sunday pay differentials. The document also addresses hazardous pay, uniform allowances, and the conformance process for unlisted job classifications, ensuring fair compensation and compliance with the Service Contract Act and related Executive Orders like EO 13706 for paid sick leave and EO 13658 for minimum wage.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMay 8, 2026
deadlineResponse DeadlineMay 15, 2026
expiryArchive DateMay 30, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W40M USA HCA

Point of Contact

Name
Justin Balster

Place of Performance

Fort Knox, Kentucky, UNITED STATES

Official Sources