Uniform Rental and Laundering
ID: 33310525R0009Type: 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)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The John F. Kennedy Center for the Performing Arts is seeking proposals for the rental and laundering of uniforms under RFP number 33310525R0009. The procurement involves providing commercial services for approximately 20 employees requiring standard uniforms and an additional 20 for fire-resistant uniforms, with specific laundering and rotation requirements outlined in the solicitation. This contract is crucial for maintaining a professional appearance and safety standards for staff, with an estimated total award amount of $47 million over a base period from September 2025 to September 2029, including four option years. Interested vendors should direct inquiries to Cheryl Rice at CDRice@Kennedy-Center.org or Lloyd Howell at lhowell@kennedy-center.org, with proposals due by August 13, 2025.

    Files
    Title
    Posted
    This government file details Amendment No. 0001 to RFP #33310525R0009 from The John F. Kennedy Center for uniform procurement and laundering services. The amendment extends the offer receipt deadline to August 13, 2025, at 3:00 PM EST. It clarifies that specific Contract Line Item Numbers (CLINs) and SubCLINs are for purchase items only, notably headwear and belts. The document provides comprehensive responses to vendor questions, confirming that flame retardant (FR) material is required only for shirts and pants, not for all winter wear. It specifies that standard uniforms include both long and short sleeves based on season, while FR uniform shirts remain long-sleeved year-round. All items, except headwear and belts, are for weekly rental with laundering, repairs, and pressing included. The RFP clarifies there is no incumbent contractor, as this is a new requirement. The amendment outlines detailed CLINs for various uniform items, including standard winter/summer uniforms, fire-rated uniforms, coveralls, headwear, jackets, and miscellaneous replacements for a base period and four option years, spanning from September 2025 to September 2029.
    RFP #33310525R0009, Amendment No. 0002, addresses vendor questions regarding a new uniform services requirement for The Kennedy Center. Key details include a standard uniform laundering rotation (5 uniforms laundered, 5 worn, 1 reserve), with jackets and coveralls laundered as needed. Uniform color and fabric specifications are detailed in SOW 3.1.0 (Requirements), specifically sections 3.1.1 and 3.1.2. The Kennedy Center logo for embroidery will be provided post-contract award. This is a new requirement with no incumbent contractor or prior contract number. A site visit is not offered, but a post-award conference will be held. The anticipated award date is on or about September 19, 2025. The estimated scope involves approximately 20 employees for standard uniforms and 20 for fire-resistant uniforms, each requiring 11 shirts and pants. Funding for this opportunity has been appropriated.
    This government solicitation, RFP number 33310525R0009, issued by the John F. Kennedy Center, outlines a requirement for commercial services related to the rental and laundry of uniforms, falling under NAICS Code 812332. The RFP details a base contract period from September 1 to September 30, 2025, with four additional one-year option periods extending through September 30, 2029. The estimated total award amount for this contract is $47 million. The scope of work includes various uniform types (winter, summer, fire-rated), coveralls, headwear, jackets, leather belts, and provisions for miscellaneous article and logo replacements. The document also incorporates several FAR clauses pertaining to contract terms, conditions, and compliance requirements, including those related to COVID-19 safety protocols, insurance, and various socio-economic programs.
    The document is an amendment for Request for Proposal (RFP) #33310525R0009 issued by The John F. Kennedy Center, aimed at procuring uniforms and accessories with rental and purchase options. It extends the deadline for offer submissions to August 13, 2025, and outlines the identification of Contract Line Item Numbers (CLINs) for various uniform components, including standard and fire-rated shirts, pants, coveralls, jackets, and headwear. Key points include the clarification that all uniform items, except headwear and belts, are to be rented and laundered weekly, while headwear and belts are to be purchased. Responses to vendor inquiries address specifications regarding flame retardant requirements, item quantities, pricing structure (rental versus purchase), and details on item replacement and loss responsibilities. The amendment emphasizes that this uniform laundering project is a new requirement without an incumbent contractor. Ultimately, the document serves to ensure vendors have the necessary details and clarifications to submit compliant offers while affirming contract guidelines and expectations.
    The document is a solicitation for commercial services related to the rental and laundering of uniforms, associated with the John F. Kennedy Center for the Performing Arts. This Request for Proposal (RFP) denotes an unrestricted acquisition with a total award amount of $47 million, aiming to engage contractors capable of fulfilling uniform requirements under NAICS Code 812332. The RFP outlines the scope of supplies and services needed, which include various types of standard uniforms for winter and summer, fire-rated uniforms, coveralls, headwear, jackets, and other miscellaneous items. Significant sections detail the pricing structure, terms and conditions, and the delivery schedule, specifying a base period from September 1, 2025, to September 30, 2025, with options for extension through four additional years. The document incorporates Federal Acquisition Regulation (FAR) clauses, ensuring compliance with procurement integrity, labor laws, and insurance requirements. Overall, the RFP underscores the government's intent to procure essential services while adhering to stringent guidelines for federal contracts, thereby promoting transparency and accountability in public spending.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    WCF Towels/Wipes Rental & Laundering
    Buyer not available
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking qualified vendors to provide weekly rental and laundering services for cloth towels and wipes at its Western Currency Facility (WCF) in Fort Worth, Texas. This procurement is critical for maintaining production operations, as the towels and wipes are used for cleaning printing presses and must be managed in accordance with strict environmental and safety regulations. The contract will be awarded as a Firm-Fixed Price agreement with a base year and two option years, running from February 26, 2026, to February 25, 2029. Interested parties must submit their proposals electronically to Terry Lawrence at terry.lawrence@bep.gov by 2:00 PM CST on December 15, 2025, with questions due by December 10, 2025.
    S299--DC Automated Scrub wear & Linen Dispensing/receiving/combo Rental equipment AMENDMENT 1 RFQ
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for a one-year contract to rent 20 automated linen and scrub wear dispensing/receiving machines for the Washington DC Healthcare System. This procurement includes the provision of new equipment, installation, deinstallation, maintenance, training, and software for inventory management, with specific requirements for various machine types such as large and medium dispensers and receivers. The contract is crucial for enhancing operational efficiency in healthcare settings by ensuring a reliable supply of linens and scrub wear. Interested vendors must submit their quotes by December 8, 2025, at 12 PM EST, and can contact Stephanie Henderson at stephanie.henderson3@va.gov for further information.
    S209--Ann Arbor Off-Site Linen Services LTC Charles S. Kettles VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting offers for off-site linen services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The contract, identified by solicitation number 36C25025Q0948, requires the contractor to provide comprehensive laundry services, including laundering, processing, and delivering a variety of linens and laundry items essential for the operations of the VA Ann Arbor Fisher House and VA Green Road Sleep Clinic. This procurement is crucial for maintaining hygiene and quality standards in veteran care facilities, with a total maximum contract value of $1,130,000 over a base period from May 29, 2026, to May 28, 2027, and three additional ordering periods. Interested vendors must submit their offers electronically to Alexis Alexander at Alexis.Alexander1@va.gov by December 8, 2025, at 3:00 PM EST, with no further questions accepted after November 25, 2025.
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for linen and laundry services for the Northeast Ohio VA Medical System, specifically the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The procurement aims to secure comprehensive hospital linen laundering services, including patient clothing, specialty items, and uniform purchases, with a focus on maintaining high standards of hygiene and service delivery. This contract, which is open to full and open competition, has an estimated total value of $8,900,000 over its performance period, which includes a base period from April 1, 2026, to August 31, 2026, and three option years extending through August 31, 2029. Interested vendors must submit their quotations by January 16, 2026, and can direct inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov.
    Uniforms for the Architect of the Capitol Blanket Purchase Agreement
    Buyer not available
    The Architect of the Capitol (AOC) is seeking potential vendors for a Blanket Purchase Agreement (BPA) to supply uniforms and related items for approximately 1,700 employees across various departments, including the Botanic Garden and the Supreme Court. The procurement aims to fulfill the agency's uniform requirements, which include uniforms, patches, insignia, and outerwear, with each uniformed employee allocated an annual budget of $400 for uniforms and an additional $400 for new hires. Interested contractors are invited to respond by December 15, 2025, with information regarding their interest, GSA Schedule contract details, and feedback on the Draft Statement of Work, Pricing Sheet, and Instructions to Quoters. For further inquiries, vendors can contact Roman Davydov at roman.davydov@aoc.gov.
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    Laundry and Dry-Cleaning Services for the Blue Angels in El Centro, CA
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, is seeking information from potential contractors to provide laundry and dry-cleaning services for the Navy Flight Demonstration Squadron, known as the Blue Angels, during their winter training at Naval Air Facility in El Centro, California, from December 31, 2025, to March 31, 2026. The contractor will be responsible for all aspects of service delivery, including management, labor, transportation, and facility operations, with a focus on same-day/next-day service to accommodate the squadron's high travel tempo. This opportunity is critical for maintaining the cleanliness and readiness of various uniforms and organizational clothing, ensuring they are free from soil, stains, and bacteria, while also adhering to strict performance and security standards. Interested parties must submit their capability statements and any inquiries to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil by December 9, 2025, at noon Pacific Standard Time.
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive linen and laundry services for the Northeast Ohio VA Medical System, including the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The contractor will be responsible for all labor, equipment, and supplies necessary for the pickup, processing, and delivery of various linen items, adhering to strict industry standards and maintaining separation between clean and soiled linens. This procurement is critical for ensuring the availability of hygienic and properly maintained linen for patient care, with a total estimated contract value of $81,933.34 over a base period and three option years. Interested vendors should submit their quotations and direct any inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov, with services required Monday through Saturday and invoicing to be conducted monthly through the VA Tungsten Network Portal.
    Contingency Laundry Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide contingency laundry services for the Hershel Woody Williams VA Medical Center located in Huntington, West Virginia. This procurement is a total small business set-aside and involves a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover laundry services during emergencies or equipment repairs from February 1, 2026, to January 31, 2031. The contractor will be responsible for all aspects of the laundry service, including equipment, labor, and supplies, while adhering to health and safety regulations. Interested parties should note that the contract has a minimum guarantee of $1,000.00 and a maximum ceiling of $275,000.00, with payments made monthly based on the clean weight of laundered textiles. For further inquiries, potential bidders can contact Tracy M. Dotson at tracy.dotson@va.gov.