MEDICAL LAUNDRY SERVICES
ID: N0040625Q0219Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PUGET SOUNDBREMERTON, WA, 98314-5100, 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
  1. 1
    Posted Dec 27, 2024, 12:00 AM UTC
  2. 2
    Updated Jan 2, 2025, 12:00 AM UTC
  3. 3
    Due Jan 7, 2025, 8:00 PM UTC
Description

The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Puget Sound, is soliciting bids for weekly medical laundry services at the Naval Health Clinic in Oak Harbor, Washington. The contract will be a firm, fixed-price agreement requiring compliance with stringent guidelines for the handling, processing, transportation, and storage of medical linens, in accordance with CDC and NFPA standards. This procurement is crucial for maintaining high-quality healthcare services and ensuring proper infection control protocols are followed. Proposals are due by January 7, 2025, at 12:00 PM, and interested parties should direct inquiries to Nicole Logan at nicole.d.logan.civ@us.navy.mil or Denise Manor at Denise.e.manor.civ@us.navy.mil.

Point(s) of Contact
Files
Title
Posted
Jan 3, 2025, 1:04 AM UTC
The government solicitation N0040625Q0219 seeks bids for weekly medical laundry services for the Naval Health Clinic Oak Harbor, Washington. The contract will be a firm, fixed-price agreement, with pricing unaffected by COVID-19 or inflation during its duration. Proposals are due by December 31, 2024, at 12:00 PM. Offerors must provide full compliance with the provided statement of work, which details stringent guidelines for the handling, processing, transportation, and storage of medical linens, adhering to CDC and NFPA standards. The contractor bears all responsibility for the equipment used and must supply their own supplies while operating governmental linen. The contractor's operations will involve weekly pickups and deliveries, clear documentation of linen counts, and procedures for dealing with contaminated items. Compliance with infection control protocols is essential, including required employee training in personal hygiene and handling of soiled linen. The contract may result in a single award based on the lowest responsible offeror demonstrating the best value to the government. This request exemplifies the government's initiative to ensure quality healthcare services and standards through its procurement processes.
Jan 3, 2025, 1:04 AM UTC
This document serves as an amendment to a federal solicitation, specifically modifying the existing contract identified by number N0040625Q0219. The primary purpose of this amendment is to extend the deadline for submission of offers from December 31, 2024, to January 3, 2025, at 12:00 PM. The administrative point of contact for this amendment is Nicole Logan, whose information is provided for any inquiries. The amendment maintains all other terms and conditions previously established in the original solicitation, which remain unchanged. Offerors must acknowledge receipt of this amendment prior to the new deadline to ensure the acceptance of their proposals, with options for acknowledgment clearly outlined. The main topic revolves around administratively extending the solicitation's closing date, ensuring that interested parties can prepare and submit their offers within the new timeframe. The document reflects procedural aspects typical of government contracts and solicitations, being part of the standard practices to communicate changes formally to potential contractors. Overall, it exemplifies the government's structured approach to managing contracting processes and maintaining engagement with offerors.
Jan 3, 2025, 1:04 AM UTC
The document pertains to an amendment (N0040625Q0219, Amendment 0002) of a federal solicitation related to laundry services support, issued by NAVSUP FLC Puget Sound. The amendment primarily updates the unit of issue from "job" to "monthly," increases the quantity from 1 to 12, and extends the closing date for submissions to January 7, 2025. It includes a summary of questions and answers addressing various operational and contractual concerns such as previous contract details, site visit requirements, and inspection processes. Key aspects clarified involve the logistics for laundry pick-up and delivery, detergent specifications, volume estimations, and the transition plan for new contractors. The document emphasizes consistency in service quality and outlines expectations regarding invoicing, compliance adherence, and contract execution without restrictions on subcontracting. This amendment indicates continued federal engagement in acquiring necessary services while ensuring the clarity and feasibility of contractual obligations.
Jan 3, 2025, 1:04 AM UTC
Lifecycle
Title
Type
MEDICAL LAUNDRY SERVICES
Currently viewing
Solicitation
Presolicitation
Similar Opportunities
Medical Linen Services: 23d Medical Group Clinic, Moody Airforce Base, Georgia
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking proposals for Medical Linen Services at the 23d Medical Group Clinic located at Moody Air Force Base in Georgia. The contract requires the contractor to provide comprehensive linen services, including the supply, cleaning, and delivery of medical linens, adhering to strict hygiene standards and performance metrics outlined in the Performance Work Statement. This procurement is crucial for maintaining sanitary conditions in military healthcare settings and is exclusively set aside for small businesses, reflecting the government's commitment to fostering local contractor engagement. Interested parties must submit their proposals electronically by the specified deadline, with questions directed to Mary Shifflett and Rebecca Brashears via email by May 2, 2025.
N44255-24-R-2500 WEST SOUND BASE OPERATIONS SUPPORT SERVICES
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command Northwest (NAVFACSYSCOM NORTHWEST), is seeking proposals for Base Operations Support Services at Naval Base Kitsap, Washington. This procurement aims to provide comprehensive facilities support services, which are crucial for maintaining operational readiness and efficiency at the naval base. Interested contractors should note that the solicitation falls under the NAICS code 561210, focusing on Facilities Support Services, and the PSC code S216, which pertains to housekeeping and facilities operations support. For further inquiries, potential bidders can contact Liliana Sanchez at liliana.m.sanchez.civ@us.navy.mil or Cynthia Swink at cynthia.l.swink.civ@us.navy.mil, with the primary contact number being 360-396-6707.
Washer and Dryer Rental/Maintenance
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Jacksonville, is seeking qualified small businesses to provide washer and dryer rental and maintenance services for military personnel in unaccompanied housing across several locations in northwest Florida. The procurement aims to award a single firm-fixed-price purchase order for a base year, with four optional one-year extensions, emphasizing the need for new, commercial-grade equipment and reliable maintenance services to ensure operational efficiency. This opportunity is particularly significant as it supports the living conditions of military personnel while promoting small business participation in federal contracting. Interested parties must register under NAICS Code 532210 and are encouraged to access the forthcoming Request for Quotation (RFQ) via the Contract Opportunities website, with the RFQ expected to be released around May 5, 2025. For inquiries, contact Quentin Keaton at quentin.l.keaton.civ@us.navy.mil or Ellen Schramm at patricia.e.schramm.civ@us.navy.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.
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.
Custodial Services for Seattle Veterans Affairs Medical Center
Buyer not available
The Department of Veterans Affairs is preparing to solicit proposals for custodial services at the Seattle Veterans Affairs Medical Center (VAMC), specifically targeting Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contract will provide custodial support for non-direct patient areas and falls under the NAICS code 561720, with a size standard of $22 million. This procurement is significant as it underscores the government's commitment to engaging veteran-owned businesses in service contracts. The anticipated Request for Proposal (RFP) is expected to be issued in early May 2025, with a contract award projected for early September 2025; interested parties can reach out to Danielle Carrico at danielle.carrico@va.gov for further information.
R614 - Paper Shredding Services
Buyer not available
The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center Norfolk, is seeking qualified small businesses to provide paper shredding services for the Naval Medical Readiness Logistics Command (NMRLC) Headquarters. The procurement aims to establish a Firm, Fixed Price contract with a 12-month base period and four one-year option periods, ensuring secure disposal of sensitive documents. This service is critical for maintaining confidentiality and compliance with federal regulations regarding document destruction. Interested vendors must monitor the Navy Electronic Commerce Online (NECO) and SAM.gov websites for the formal solicitation, anticipated to be released on or after April 16, 2025, with quotes due by the specified closing date. For inquiries, contact Mr. Jorge E. Candela Bocanegra at jorge.e.candelabocanegra.civ@us.navy.mil.
HOOD_EXHAUST ASSY
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Puget Sound), is soliciting offers for the procurement of exhaust hood assemblies, specifically manufactured in accordance with established material specifications. This opportunity is set aside exclusively for small businesses and involves a firm fixed-price supply contract for delivery to the Puget Sound Naval Shipyard in Bremerton, Washington. The procurement is critical for military logistics, ensuring the availability of essential components for operational support. Interested vendors must submit their quotes by 3:00 PM on May 2, 2025, and can direct inquiries to Naomi Larson at naomi.larson@dla.mil or by phone at 360-813-9244.
45--COMMODE (HABITABILITY)
Buyer not available
Presolicitation notice from the Department of Defense, Department of the Navy, and NAVSUP FLT LOG CTR PUGET SOUND is seeking to procure COMMODE. The COMMODE is intended for shipboard use and only authorized habitability material will be accepted. This acquisition is set aside for small businesses. Interested parties must express their interest and capability to respond to the requirement or submit proposals before the offer due date. The contract will be awarded as a Firm-Fixed Price, Supply type contract in accordance with FAR parts 12 and 13.5. The solicitation is expected to be posted on the NECO website on or about November 23, 2016, with proposals due by November 30, 2016. All responsible sources may submit a proposal. Prospective offerors are responsible for downloading the solicitation and monitoring the NECO website for any amendments. Electronic submission of proposals/quotes is not available at this time, but emailed completed solicitations are acceptable.
Administrative, Warehouse, Industrial, and Laydown Space Puget Sound Naval Shipyard & Intermediate Maintenance Facility, WASHINGTON Naval Sea Systems Command (NAVSEASYSCOM)
Buyer not available
The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Pacific, is soliciting offers for a 10-year lease of approximately 748,235 square feet of administrative, warehouse, industrial, and laydown space at the Puget Sound Naval Shipyard in Bremerton, Washington. This procurement aims to address the operational space requirements associated with the Shipyard Infrastructure Optimization Plan (SIOP), facilitating the Navy's modernization and expansion efforts during infrastructure upgrades. The leased space will support various operational functions and accommodate up to 867 personnel, ensuring seamless operations throughout the construction period. Interested offerors must submit their proposals by May 26, 2025, with pre-proposal inquiries due by May 2, 2025. For further information, contact Zachary Schuhart at zachary.t.schuhart2.civ@us.navy.mil or Barbara Buckhalter at barbara.buckhalter@salasobrien.com.