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
    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
    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.
    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.
    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.
    Lifecycle
    Title
    Type
    MEDICAL LAUNDRY SERVICES
    Currently viewing
    Solicitation
    Similar Opportunities
    S--Linen Cleaning Services
    Buyer not available
    Presolicitation notice from the Department of Defense, specifically the Department of the Navy, for linen cleaning services. The contractor will be responsible for providing linen services required by Naval Health Clinic Cherry Point in Cherry Point, NC. This is a 100% small business set aside. The contract will be for a twelve-month base year starting on November 17, 2015, with four twelve-month option years. The solicitation and subsequent amendments will only be available for download on the NECO website. Contractors must be registered in the System for Award Management (SAM) database to be eligible for award. For more information, contact the primary point of contact listed in the synopsis.
    Laundry & Dry-Cleaning Services - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, through the 92d Contracting Squadron, is seeking proposals from qualified small businesses for Laundry and Dry-Cleaning Services at Fairchild Air Force Base (FAFB), Washington, under solicitation FA462025RA902. The procurement aims to secure comprehensive laundry services, including laundering, dry cleaning, pick-up, delivery, and repair of various textile items, adhering to strict performance standards and regulatory compliance. This contract is vital for maintaining operational readiness and supporting the mission at FAFB, with a firm fixed-price structure and a proposal submission deadline of March 27, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may contact Kathleen L. Rauch at kathleen.rauch@us.af.mil or Brian Michael Fernandez at brian.fernandez.5@us.af.mil for further inquiries.
    Ready Crew Berthing Linen Service
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a Ready Crew Berthing Linen Service at the Air Station in Elizabeth City, North Carolina. The contractor will be responsible for laundering Coast Guard-owned linens on a flexible weekly schedule, including pickup and delivery, with an estimated weekly cleaning of around 15 bags of linens. This service is crucial for maintaining hygiene and operational readiness within military facilities. The contract is set for one year, from March 31, 2025, to March 31, 2026, and is exclusively reserved for small businesses under NAICS code 812320. Interested contractors must hold an active vendor record at SAM.gov and are encouraged to submit questions in writing by the specified deadline. For further inquiries, contact SK1 Luis R. Perez at luis.r.perez1@uscg.mil or call 206-820-1625.
    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.
    Rental, Install, and Quarterly tank delivery service Portable Water Demineralizer System to comply with MIL-STD-1330e Grade "B" or better.
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking qualified contractors to provide rental, installation, and quarterly delivery services for a Portable Water Demineralization System at the Puget Sound Naval Shipyard in Bremerton, Washington. The procurement aims to ensure compliance with MIL-STD-1330E Grade "B" or better standards, requiring the contractor to deliver four quarterly tank deliveries, including activated carbon and mixed bed tanks, while adhering to strict operational and safety protocols. This contract is crucial for maintaining high-quality water service for the new Clean Room facility, emphasizing the importance of reliable water quality in military operations. Interested parties should contact Crystal McCarthy at crystal.m.mccarthy2.civ@us.navy.mil or Jackie Edgerton at jacqueline.f.edgerton.civ@us.navy.mil for further details, with the contract period spanning from April 2025 to April 2028.
    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.
    S--RFI Laundry and coverall services
    Buyer not available
    The Department of the Interior is seeking information from potential vendors for laundry and coverall services through a Request for Information (RFI) issued by the Interior Business Center for the Office of Aviation Services. The procurement aims to identify qualified contractors capable of providing clean linens, including shop towels and coveralls, on a weekly basis, as outlined in the draft Performance Work Statement (PWS). This service is crucial for maintaining operational efficiency at the Alaska Regional Office Repair Station, ensuring that employees have access to clean and personalized work attire. Interested vendors must submit their responses by March 14, 2025, at 4:00 PM AK time, directly to the Contracting Officer, Heather Armstrong, via email at heatherarmstrong@ibc.doi.gov. The contract is expected to span one base year with four optional renewal years, and responses should not exceed seven pages.
    Ft Tuthill Linen Services
    Buyer not available
    The Department of Defense, specifically the U.S. Air Force, is soliciting bids for linen and dry cleaning services at Fort Tuthill, Arizona, under solicitation number FA488725Q0002. The procurement aims to secure non-personal laundry and dry cleaning services for a five-year period, commencing February 1, 2025, and concluding January 31, 2030, with a focus on providing quality linens and cleaning supplies essential for military operations. This opportunity is particularly significant as it promotes economic participation from Women-Owned Small Businesses (WOSB) while ensuring compliance with federal standards and regulations. Interested vendors should contact Rachel Tilley at rachel.tilley.1@us.af.mil or Sara E. Lackey at sara.lackey.2@us.af.mil for further details, and note that the response deadline has been extended to February 14, 2025.
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept
    Buyer not available
    J--Inspection, cleaning and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE), and Individual Ensemble Elements (IEE) for JBPHH Fed Fire Dept The Department of Defense, specifically the Department of the Navy, is seeking commercial services for the inspection, cleaning, and maintenance of Structural and Proximity Fire Fighting Protective Ensembles (FFPE) and Individual Ensemble Elements (IEE) for the Fed Fire Department at Joint Base Pearl Harbor (JBPHH). These services are necessary to ensure the proper functioning and safety of the fire fighting gear used by the department. Interested vendors must submit their quotes electronically through email to donna.franzese@navy.mil. The deadline for submission of quotes is Wednesday, 27 January 2016 by 1400 Hawaii Standard Time.
    Rental of Eight (8) Chemical Toilets Naval Base New London, Groton, CT NLON
    Buyer not available
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking proposals from qualified small businesses for the rental of eight chemical toilets at Naval Base New London in Groton, CT. The contract requires the vendor to provide not only the units but also weekly maintenance services, including cleaning, restocking supplies, and waste disposal, with the service period running from July 22, 2025, to July 21, 2026. This procurement is essential for maintaining health and safety standards at the facility, ensuring that sanitation needs are met effectively. Interested vendors must submit their proposals by March 12, 2025, and can contact Bob Watters at robert.watters@navy.mil or by phone at 207-438-2205 for further information.