Fort Leonard Wood Laundry & Dry Cleaning (IDIQ)
ID: W911S7-24-B-0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT LEONARD WOODFORT LEONARD WOOD, MO, 65473-0140, USA

NAICS

Industrial Launderers (812332)

PSC

LAUNDRY AND DRY CLEANING EQUIPMENT (3510)

Set Aside

SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15) (WOSB)
Timeline
    Description

    The US Army's Fort Leonard Wood base seeks SBA Certified Women-Owned Small Businesses (WOSB) to manage their laundry and dry cleaning needs through a $7.5 million indefinite delivery contract. The selected vendor will be responsible for processing linens, uniforms, and clothing items while adhering to strict military standards and a precise delivery schedule. This includes picking up soiled items and delivering clean ones, ensuring compliance with quality and timing requirements.

    The requirement reflects the base's focus on maintaining efficient operational logistics, especially for managing large volumes of specialty items, such as ceremonial attire and Organizational Clothing and Individual Equipment (OCIE). Vendors must demonstrate their ability to meet exacting standards, manage high volumes, and deliver a reliable service.

    Interested parties should submit their offers by 9:00 AM CST on 9 August 2024, with further details available from Julie West and CHAD BUCKLEY.

    Point(s) of Contact
    Files
    Title
    Posted
    The procurement objective is to outsource laundry and dry cleaning services for the US Army, ensuring adherence to military standards and regulations. The focus is on providing timely and efficient services for various items, including linens, specialty items, and ceremonial attire, while also maintaining vehicle cleanliness and accountability for government-owned items. The contractor will be responsible for picking up soiled items and delivering clean ones, with strict requirements on appearance, quality, and timely submission. Inspection and reporting are emphasized to maintain high standards, and incentives are detailed for meeting performance thresholds. The contract is likely to be firm-fixed-price, with a corrective action report required for any discrepancies. Deadlines and timelines are to be determined, but the requirement to coordinate holiday or emergency alternate pick-up/delivery suggests a time-sensitive operation. Evaluation of proposals will likely prioritize quality, timeliness, and compliance with Army regulations.
    The procurement objective outlined in this file involves a variety of units and buildings within the military. The focus is on acquiring services related to facility management and support for multiple units, including infantry, engineering, and headquarters companies. The requirements are spread across various locations, indicated by building numbers, with a wide range of authorized customers. The scope of work encompasses tasks such as maintenance, repairs, facility management, and potential construction oversight, ensuring a comprehensive approach to keeping these facilities operational and efficient. This large-scale procurement effort appears to be a long-term endeavor, with authorized customers subject to change based on mission requirements. Evaluation of proposals will likely focus on the bidder's ability to provide efficient and responsive services across these diverse locations.
    The procurement objective outlined in this convoluted file is primarily focused on acquiring construction and related services for various projects within the jurisdiction of Fort Leonard Wood, Missouri. The scope involves a multitude of tasks. These include installing towers, constructing roads, parking areas, and sidewalks, as well as undertaking demolition work and site preparation. The file also indicates the presence of specific areas for recreation and playgrounds that factor into the scope of work. The vast array of project locations, identified by their street names and coordinates, suggests a comprehensive approach to infrastructure development or an estate management plan. Vendors would need to provide a range of services, from site evaluation and planning to actual construction, ensuring compliance with specifications and timely completion. The contract, if awarded, would seemingly be a comprehensive, fixed-price contract covering an extensive range of construction and ancillary services. Key dates and evaluation criteria are absent from the file, indicating that it may be an early stage in the procurement process.
    The government agency seeks a comprehensive laundry and textile management solution. An efficient system for tracking and managing laundry tickets, damaged and lost items, and performance data is a key objective. Vendors will be responsible for providing timely deliverables, including various trackers, performance reviews, and training records, with most submissions required weekly or monthly. The focus is on ensuring organizational efficiency and customer satisfaction. Electronic formats, mostly Microsoft Excel and PowerPoint, are specified for most submissions. Key dates include weekly, monthly, and quarterly deadlines for deliverable submissions. The contract, with an unknown value, requires a detailed quality control plan, with provisions for modifications. Evaluation criteria were not explicitly mentioned.
    The primary objective of this procurement is to acquire a comprehensive range of bedding and blanket sets, specifically designed for single XL beds. The focus is on high-quality materials and craftsmanship, ensuring both comfort and durability. The pillow, a key component, is specified as a blue, antimicrobial, wipeable nylon case filled with either a blend of polyester and Tencel or 100% polyester. The pillowcase, flat sheet, and fleece blanket are required to be a minimum size of 30-32" wide and 21-22" long, crafted from a blend of cotton and polyester or 100% polyester, with a percale weave and a thread count of at least 200. The wool blanket, measuring a minimum of 66" wide and 90" long, must be made from 100% wool, with strict requirements on quality, including flame retardancy, shrink resistance, and odor control. It should be olive green in color. All linens should be white or matching the respective blanket colors, with care labels sewn in, and the entire ensemble should be suitable for industrial laundering. Prospective vendors will need to provide samples for testing along with detailed product specifications, ensuring compliance with the exacting standards outlined in the RFP. The evaluation of proposals will prioritize these specific technical requirements, delivery timelines, and the offered price.
    The government agency seeks to procure a variety of custodial and bedding items through this solicitation. The focus is on acquiring blankets, mattress covers, and bedding essentials. The solicitation specifies detailed requirements for each item, including NSNs, manufacturer information, and expected unit costs. Vendors will need to provide a range of quantities for each item, with delivery dates and duration details. The contracting officer is listed as Chad Buckley, with submissions being evaluated based on the provided item requirements. Key dates and contract details are expected to be provided in a separate document.
    The government agency seeks to procure a variety of custodial and bedding items through this solicitation. The focus is on acquiring blankets, mattress covers, and bedding essentials. The solicitation specifies detailed requirements for each item, including NSNs, manufacturer information, and expected unit costs. Vendors will need to provide a range of quantities for each item, with delivery dates and duration details. The contracting officer is listed as Chad Buckley, with submissions being evaluated based on the provided item requirements. Key dates and contract details are expected to be provided in a separate document.
    The government seeks to procure a vast array of laundry linen, including cotton bed sheets, pillowcases, and mattress covers, with a total estimated quantity of over one million individual items. Also included in the RFP are sleeping systems, such as short-term bivey bags, and various other items, such as dry-clean-only ceremonial uniforms and vestments. The emphasis is on high-quality textiles, with specific mentions of cotton and wool materials. The contract, if awarded, would likely be a substantial undertaking, reflecting the significant quantities and diverse range of items required. While the procurement objective is primarily focused on these linen and textile supplies, the RFP also encompasses a broader scope of work related to the provision of OCIE (Operational Clothing and Individual Equipment). Vendors will need to detail their capabilities in supplying these various items, with quality and quantity being critical evaluation criteria. The government is likely to prioritize vendors who can ensure timely deliveries and adhere to stringent quality standards. Although the contract value isn't explicitly mentioned, it's clear that the undertaking would involve a substantial volume of work and resources.
    The procurement objective centers on a comprehensive array of textiles and garments, encompassing bed linens, blankets, mattresses, and pillows for military sleeping systems. The focus is on supplying these items to TRADOC installations. Additionally, the requirement includes specialty items for dining facilities, such as aprons, napkins, and table skirts, along with uniforms, ceremonial attire, and chaplain vestments. The emphasis is on procuring high-quality textiles while also ensuring the care and maintenance of these supplies. Contract details are not provided, but the RFP likely seeks a versatile contractor capable of fulfilling diverse textile needs for these military installations. The work scope involves the delivery and potential installation of these goods, with an emphasis on timely procurement and an expected long-term requirement. Key dates and evaluation criteria were not specified, but the nature of the items suggests a thorough evaluation process based on quality, durability, and cost-effectiveness.
    The procurement seeks to obtain updated and comprehensive information for sponsors of pass applications at Fort Leonard Wood. The focus is on collecting detailed personal data, including names, driver's licenses, US citizenship status, birth country, and sponsorship organization. This data is crucial for conducting thorough background checks and screening individuals for security clearance. The collection of Alien Registration/Passport numbers is specifically for foreign nationals. The process is voluntary, but it's emphasized that any incomplete or missing details will cause delays in accessing the fort. This data is essential for facilitating efficient entry, ensuring security, and maintaining up-to-date records for the fort's pass application process.
    The procurement objective of this government agency is to secure logistics services for efficient transportation operations. The focus is on establishing routes for direct exchange (DX) deliveries and OCIE/MISC supplies to various locations within the facility. The DX schedule outlines specific time slots and locations for deliveries, with potential additions based on mission needs. The agency seeks a versatile contractor capable of adapting to these dynamic requirements. The scope of work involves the contractor managing a fleet of trucks to follow these scheduled routes, facilitating the movement of goods between different building locations, with some restrictions on loading docks noted. The contractor is responsible for ensuring timely deliveries, coordinating with the receiving parties, and adapting to any changes in the mission requirements. The contract, if awarded, would likely be a firm-fixed-price arrangement, with an estimated value dependent on the specific details of the mission and the contractor's capabilities. The agency's evaluation criteria will prioritize the contractor's ability to provide an efficient, timely, and adaptable logistics solution, while also considering factors like cost-effectiveness and past performance. Key dates are subject to the submission deadline and potential mission changes. Bids are due by Friday, with the potential for a rolling start date thereafter, aligned with the agency's dynamic schedule and requirements.
    The primary objective of this Performance Work Statement (PWS) is to procure professional laundry and dry-cleaning services for Fort Leonard Wood in Missouri. The focus is on managing and operating a facility that can handle a wide range of items, from fabrics to organizational clothing and individual equipment, ensuring they are laundered, pressed, and packaged according to precise military regulations and health standards. The services required are comprehensive and include pick-up, drop-off, and direct exchange of items at designated locations. Contractors must provide a well-organized system for managing and accounting for the large volume of items, with specific attention to quality and timely delivery. This is a firm-fixed-price, piece-rate contract with an indefinite delivery and quality clause, offering a four-and-a-half-year term with potential four-year extensions. Key dates include a one-month phase-in period and formal inventories before the contract's start, with annual inventories throughout the performance period. The evaluation of proposals will prioritize technical merit, with particular attention to quality control plans and past performance in similar roles.
    The primary objective of this Performance Work Statement (PWS) is to procure professional laundry and dry-cleaning services for the Fort Leonard Wood military base. The focus is on processing various items, including fabrics, garments, linens, and Organizational Clothing and Individual Equipment (OCIE), while adhering to Army regulations and occupational health standards. The services required involve pick-up, cleaning, and delivery logistics, with specific attention to accountability and timely turnarounds. The contractor must have the necessary facilities, equipment, and personnel to manage bulk and piecework, ensuring quality and compliance with manufacturer instructions. Key tasks include laundry services, dry cleaning, specialty item cleaning, and linen exchange, all completed within specified timelines. The contract, valued at a firm fixed price per item with an indefinite delivery and quality clause (IDIQ), has a four and a half year period of performance. It outlines a detailed work schedule and delivery expectations, with provisions for emergency situations and recognized government holidays. Contractors must adhere to strict security and compliance protocols, including antiterrorism and operation security training, and are responsible for managing their employees and resources. The government will closely monitor performance through a Quality Assurance Surveillance Plan (QASP) and expects contractors to maintain high standards and timely submission of deliverables. Critical dates include a one-month phase-in period and the start of the six-month base ordering period, with options to extend for up to four years. Evaluating criteria will likely emphasize the contractor's ability to meet quality standards, comply with regulations, and maintain a reliable and efficient service.
    The primary objective of this procurement is to outsource laundry and dry-cleaning services for Fort Leonard Wood, encompassing a wide range of items. The focus is on managing and operating laundry distribution points, ensuring the efficient collection and delivery of linens, clothing, and other items. The government seeks a contractor to maintain a regular pick-up and delivery schedule, adhering to specific quality standards. Several questions were raised during the inquiry stage, primarily regarding operational details. The government clarified that the base period of performance is six months, not twelve, with four optional twelve-month periods, totaling 54 months. Offerors must submit a Quality Control Plan along with their bids, and the inspections are to be conducted monthly. The work involves picking up soiled items from designated locations and delivering clean linens, with strict guidelines on separation and handling. The government has provided estimated quantities for various items to be laundered, including sleeping bags, ceremonial uniforms, and OCIE (Operational Camouflage Pattern Uniform) items. Attachments in the solicitation provide further details on customer locations, installation maps, and expected workloads. Bidders must conform to the specified quality and timing requirements, and the government expects the contractor to manage the schedule while accommodating customer appointments. Key dates and timelines were not explicitly mentioned in the file, and the evaluation criteria for selecting the successful bidder remain unknown. However, it's evident that the price will be a crucial factor, along with the ability to meet the detailed technical requirements outlined in the PWS (Performance Work Statement).
    The government seeks to procure a comprehensive range of linen items, sleeping systems, and dry cleaning services for a four-year period. The focus is on acquiring high-quality bedding, including blankets, pillowcases, and sheets, with specific quantities and cost per unit provided. Additionally, the request includes sleeping bags, clothing items for deceased military personnel, and dry cleaning services for ceremonial uniforms, chaplain vestments, and flags. The contract, valued at over $1 million annually, aims to cover these requirements for four years, with the possibility of extension. The evaluation of proposals will likely prioritize factors such as cost, quality, and timely delivery. Key dates and other administrative details are not provided in the excerpt.
    The primary objective of this procurement is the acquisition of linen services for multiple locations. The focus is on ensuring a regular supply of fresh linens, with specific attention to building requirements and access points. The linen schedule details a consistent routine for linen deliveries, differentiating between buildings with and without loading docks. This indicates a logistical emphasis, likely seeking an efficient and organized supplier capable of navigating various site constraints. The request seems to seek a partner for a consistent, long-term supply of linens, emphasizing the practical aspects of delivery and logistics over the actual linen products. The absence of specific quantities or contract values suggests that this is one aspect of a larger facility management procurement, with the successful vendor expected to have a detailed understanding of the logistical challenges. Offerors would need to propose solutions that adhere to the specified delivery schedule, demonstrating their ability to navigate the unique access constraints of the locations. The evaluation of proposals may prioritize past experience in similar complex logistics and a robust fleet of vehicles to ensure reliable and timely deliveries. The contract itself is not explicitly mentioned, but a straightforward service agreement is likely, with key dates driven by the aforementioned delivery schedule.
    The government agency seeks to procure comprehensive training services for its employees. The primary objective is to enhance the skills and knowledge of its workforce in critical areas. The training programs required cover a range of topics, including AT Level 1 OPSEC, TARP, iWatch, and ISCTC, with a specific focus on combating human trafficking. The scope involves designing and delivering these training modules to ensure employees receive practical and effective instruction. The agency seeks a capable organization to undertake this comprehensive training initiative, with an emphasis on high-quality instruction and measurable outcomes. Evaluating criteria will likely focus on the quality and effectiveness of the training programs offered, as well as the bidder's ability to deliver them within the required timelines. Although contract details are not specified, the procurement is expected to involve a competitive bidding process, with submissions requiring a detailed proposal outlining the bidder's training expertise and approach.
    The government agency seeks to assess and improve the performance of a contractor managing a laundry and dry cleaning facility. The primary focus is on evaluating the contractor's compliance with small business utilization goals and subcontracting requirements. The file provides a detailed assessment framework and outlines specific safety and cost control obligations. Key deliverables include a written occupational health hazard plan and timely accident reporting. The agency emphasizes the submission of various reports and seeks to hold the contractor accountable for safety inspections and non-conformance issues. The file also contains cost details, highlighting monthly expenses and expected costs for multiple years. Additionally, there is mention of continuous improvement initiatives and small business participation goals. The evaluation of contractor performance is based on a comprehensive set of criteria tied to subcontracting success and compliance with federal regulations. Important dates include the submission deadlines for reports, with the overall goal being to ensure exceptional performance and adherence to safety and cost control measures.
    This file primarily concerns the recording of customer complaints and the associated processes. It captures essential details such as the date, time, and nature of each complaint, along with the actions taken by the contractor responsible for addressing them. This information is structured to ensure transparency and accountability in the management of customer issues, likely aiming to maintain a high standard of service and promptly resolve any concerns. This record also allows for validation, ensuring that complaints are acknowledged and resolved according to established protocols, which could be critical for maintaining customer satisfaction and improving the overall customer experience.
    The file details a monthly log of zero items procured across various truck plants, offering no specific details on the goods or services being acquired. This blank overview provides no insights into procurement objectives, quantities, or dates, focusing solely on the numerical breakdown of items by plant. While the structure suggests a potential connection to procurement activities, the actual content lacks substantive details, leaving the specific nature of the procurement a mystery.
    The file details damaged items and the actions taken in response. The primary focus is on documenting incidents of item damage, likely for inventory management, reimbursement, or contractual purposes. The information provided is concise, with each section heading providing a brief glimpse into the key areas covered. The "Item Damaged" column seems to list the specific items that have been damaged, offering a detailed account of the inventory affected. This is followed by a description of the cause of the damage, which could include various factors, and the "COA taken" provides insights into the immediate actions undertaken in response to the damage. The date of the incident is also recorded, ensuring a chronological overview. The final three columns appear to gather contact information about the contractor responsible for the damaged items. This includes the point of contact's details and the date of the contractor's resolution, which might involve discussions or actions aimed at rectifying the damage or finding a suitable solution. Overall, this file serves as a comprehensive log of damaged items, capturing key details for future reference, analysis, or action, helping to ensure accountability and efficient management of resources.
    The file details the process for handling lost items, with a focus on defining the course of action taken when an item is reported lost. It contains a log of incidents, including the date, the contractor point of contact, and the date the item was reported lost. This is accompanied by a resolution column, offering a concise overview of how each incident was resolved. The primary objective is to establish a clear procedure for handling lost property, ensuring efficient tracking and recovery. The file serves as a reference for maintaining inventory control and managing contractor involvement in the process.
    The provided government file contains critical customer contact information. However, it lacks the clarity needed to ascertain the primary objective of procurement or the specific goods, services, or solutions being sought. The data appears to be a fragment of a larger document, focusing on establishing communication channels rather than outlining procurement details. As such, it's challenging to provide a concise summary of the procurement elements. More context or the complete RFP document would be beneficial to extract the key procurement information accurately.
    The procurement objective relates to laundry services for a military organization. The focus is on washing and managing various items, including linen sleeping systems, sheets, bags, blankets, pillows, uniforms, and food service garments. The requirements specify quantities and articles, with a clear distinction between items for the laundry and those for the organization. The scope of work likely involves regular laundry services for these items, ensuring cleanliness, maintenance, and timely delivery. Contract details are not provided, but the estimated value likely corresponds to the quantity and diversity of items requiring laundering. Key dates are absent, but submission deadlines and contract timelines would be beneficial for potential vendors. Evaluation criteria are not explicitly mentioned, but efficiency, pricing, and quality of service would likely be important factors.
    The DA Form 1687 notifies the recipient that their organization has been granted authority to receive supplies. This form is used within the context of the U.S. Department of Defense (DOD), as indicated by the reference to DODAAC (Defense Department Activity Accounting Code) and DA PAM (Department of the Army Pamphlet). The form specifies the responsible individuals and the organization receiving the supplies. Notably, it also delegates authority for supply receipt, implying that multiple individuals within the organization are authorized to receive and account for the supplies. This form is valid until an expiration date, which is to be signed off by the appropriate authorities. The main procurement objective here is to establish a clear chain of responsibility and accountability for supply management within the designated organization.
    The government agency MICC-Fort Leonard Wood has opened tenders for a construction project titled Fort Leonard Wood Laundry and Dry Cleaning (IDIQ). Two offers were received and recorded on an Abstract of Offers form. The project has a base period and four ordering periods and is related to hired labor. One of the offers was late but was accepted under specific provisions. However, one of the bids was deemed non-responsive as it failed to acknowledge a solicitation amendment, while another was also non-responsive because it was submitted electronically, which was not permitted. The government estimate and certification are included, along with the solicitation number and issue and opening dates.
    The government seeks a contractor to provide laundry and dry-cleaning services for a period of up to 54 months, outlined in a Performance Work Statement (Attachment 2). The work involves managing linen items, sleeping systems, and dry cleaning, with a phase-in/phase-out period of one month. Attachments detail pricing matrices, workload data, route schedules, and other specific requirements. Critical dates include a 2 August 2024 offer deadline and a proposed contract period from 1 September 2024 to 28 February 2029, with potential extensions. The minimum contract value is $10,000, while the maximum is $7,500,000. Evaluation of offers will consider factors such as price, quality, and compliance with requirements. Contractors must complete and return the solicitation form, incorporating various clauses detailed in the file and representing their ability to meet the required services.
    The primary objective of this procurement is to secure laundry and dry-cleaning services for Fort Leonard Wood, encompassing a comprehensive range of tasks. The facility seeks a contractor to manage and execute these operations, including the processing of linens, uniforms, and clothing items. The contract emphasizes the need for a detailed quality control plan and a robust system for managing and tracking items. Offerors are required to submit a hard copy of their pricing matrix and quality control plan by the extended deadline of 9:00 AM CST on 9 August 2024. The government plans to evaluate bids based on past performance and integrity, with the contract potentially leading to a firm-fixed-price arrangement. The solicitation's addendum also provides clarification on wage determinations for specific counties and incorporates instructions for offerors regarding the FAR 52.212-1 provision.
    This amendment to an existing contract incorporates information on wages and fringe benefits from the Collective Bargaining Agreement (CBA) R14-150. The main objective of this amendment is to update and provide clarity on the wage and benefit structure for the contract, ensuring compliance with the agreed-upon terms. While the document does not specify the exact nature of the contract or the goods/services being procured, it does indicate that the contract is being modified to include detailed information from the CBA. This suggests that the procurement involves labor and that the amendment is necessary to outline the specific wages and benefits for the workers employed under this contract. The effective date of this amendment is July 31, 2024, and it is issued by MICC - Fort Leonard Wood, with an address of 8112 Nebraska Avenue, Fort Leonard Wood, MO 65473. No further details are provided regarding the scope of work, contract value, or specific requirements related to the procurement.
    Similar Opportunities
    Laundry and Linen Services
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for Healthcare Linen and Laundry Services to support the Dwight D. Eisenhower Army Medical Center and Moncrief Army Health Clinic. The contract requires the contractor to provide comprehensive laundry operations, including personnel, equipment, transportation, and supplies, to ensure efficient bulk laundry services for military medical facilities from November 1, 2024, through October 31, 2029. This service is critical for maintaining hygiene and operational efficiency within military healthcare settings. Proposals must be submitted electronically by October 14, 2024, and interested bidders should contact Sherina Ross at sherina.l.ross.civ@health.mil or Sebrena L. Hackleylane at sebrena.l.hackleylane.civ@health.mil for further information.
    Laundry Services, Fort Johnson, LA
    Active
    Dept Of Defense
    The Department of Defense, through the Mission and Installation Contracting Command at Fort Johnson, Louisiana, intends to award a sole source contract for laundry services to The ARC of Caddo-Bossier, doing business as Frost Industries. The contractor will be responsible for providing weekly laundry services, including the cleaning of textiles, garments, linens, and other fabrics for both active and reserve military components, ensuring compliance with health and sanitation requirements. This procurement is critical for maintaining operational efficiency and supporting military logistics, with an estimated performance period from October 1, 2024, to December 31, 2024. Interested firms that believe they can meet the requirements must submit their information to the Contracting Officer, Tamera Butler, via email at tamera.s.butler.civ@army.mil within five calendar days of this notice.
    Uniform laundry and rental
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the rental and laundering of uniforms at the McAlester Army Ammunition Plant in Oklahoma. The contract will provide weekly laundry services for a fluctuating workforce of 22 to 60 employees, requiring high-visibility uniforms including jackets, shirts, pants, and bib overalls that meet specific safety and compliance standards. This procurement is crucial for maintaining operational readiness and safety standards within military contexts. Interested contractors must submit their offers by September 19, 2024, and are encouraged to contact Angela Rouse at angela.m.rouse3.civ@army.mil or by phone at 918-420-7175 for further information.
    Linen/Mat Rental and Cleaning Services IN, KS, TN, TX
    Active
    Dept Of Defense
    The Defense Commissary Agency (DeCA) is seeking proposals for Linen/Mat Rental and Cleaning Services to be provided at multiple military locations, including Arnold AFB, Crane NWSC, Fort Riley, Fort Worth, and McConnell AFB. The contract will cover a base period from December 1, 2024, to November 30, 2025, with options for up to four additional years, requiring contractors to deliver high-quality linens and cleaning services while adhering to strict government regulations. This procurement is crucial for ensuring that military personnel have access to necessary linens and cleaning supplies, thereby supporting operational readiness. Interested contractors must submit their proposals by 3:00 PM on October 3, 2024, and can contact Christina Ellison at christina.ellison@deca.mil or by phone at 804-734-8000 for further information.
    Laundry and Dry-Cleaning Services
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for laundry and dry-cleaning services at Al Udeid Air Base in Qatar, under solicitation number FA570224QC024. The contract aims to provide comprehensive laundry services for U.S. and Coalition Forces, including the handling of various laundry types, secure transportation, and adherence to strict sanitation protocols, with a service delivery timeline of 72 hours. This procurement is crucial for maintaining operational readiness and supporting military personnel, with the contract set to commence on November 1, 2024, and extend through November 1, 2025, with optional renewal periods available until May 6, 2030. Interested offerors must submit their proposals electronically by October 16, 2024, and can direct inquiries to Senior Airman Andrew Grant at andrew.grant.6@us.af.mil or by phone at 318-455-4921.
    S209--Laundry and Linen Services | Corporal Michael J. Crescenz VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for a five-year Indefinite Delivery, Indefinite Quantity (IDIQ) contract for laundry and linen services at the Corporal Michael J. Crescenz VA Medical Center in Philadelphia, Pennsylvania. The contract requires the contractor to manage the pick-up, laundering, and delivery of various textile items, including linens, uniforms, and patient clothing, while adhering to strict quality and sanitary standards as outlined in the Statement of Work (SOW). This initiative is crucial for maintaining the operational efficiency and hygiene standards necessary for the care of veterans. Proposals must be submitted by September 23, 2024, with inquiries directed to Contracting Officer Stephanie McFadden at stephanie.mcfadden@va.gov by September 18, 2024.
    Laundering and Replacement of Fire Resistant Coveralls
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Philadelphia Division, is seeking a contractor for the laundering and replacement of fire-resistant coveralls. The procurement involves weekly onsite pickup, laundering, necessary repair services, and the potential procurement of additional coveralls, with a total of 60 coveralls to be laundered each week for a period of one year. These coveralls are critical for ensuring safety and compliance with military operations, as they must meet specific flammability and safety standards. Interested parties can contact Thomas Coletti at THOMAS.C.COLETTI.CIV@US.NAVY.MIL or by phone at 445-227-0096 for further details regarding the solicitation, which is set aside for small businesses under FAR 19.5.
    Parts Washer
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for a Parts Washer under a combined synopsis/solicitation notice. This procurement aims to acquire commercial products or services that align with the requirements outlined in the solicitation, which is designed for small businesses as indicated by the Total Small Business Set-Aside designation. The Parts Washer is essential for maintaining and repairing hand tools, ensuring operational efficiency at Fort McCoy, Wisconsin. Interested vendors can reach out to Marketplace Support at 1.877.933.3243 or via email at MarketplaceSupport@unisonglobal.com for further details, as proposals are currently being requested with no written solicitation to follow.
    319th MDG Laundry Service and Transportation, Grand Forks AFB, ND
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is soliciting quotes for laundry and transportation services for the 319th Medical Group at Grand Forks Air Force Base (AFB), North Dakota. The contract, which will commence on September 30, 2024, and run for five years, requires the contractor to provide personnel, equipment, and supplies to manage contaminated laundry and ensure timely delivery of clean items, adhering to strict health and sanitation standards. This service is critical for maintaining hygiene within the medical facilities, ensuring compliance with regulatory requirements while supporting the operational needs of the military healthcare system. Interested small businesses must submit their quotes electronically by September 20, 2024, and can direct inquiries to Christopher Comish at christopher.j.comish.civ@health.mil or by phone at 210-952-8620.
    Procure and install Brand Name or Equal Huebsch Washers and Dryers for FLETC Charleston
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Law Enforcement Training Center (FLETC) in Charleston, SC, is seeking proposals for the procurement and installation of Brand Name or Equal Huebsch washers and dryers. This Combined Synopsis/Solicitation (CSS) invites vendors to provide essential laundry equipment, which is crucial for maintaining operational efficiency at federal training facilities. Proposals must be submitted electronically by September 25, 2024, and will be evaluated based on the lowest price and technically acceptable bids, leading to a Firm-Fixed-Price purchase order. Interested vendors can contact Tyshawn Neals at Tyshawn.neals@Fletc.dhs.gov or by phone at 843-566-8541 for further information.