Linen and Laundry Services for Office of Aviation
ID: 140D0425Q0337Type: Combined Synopsis/Solicitation
Overview

Buyer

INTERIOR, DEPARTMENT OF THEDEPARTMENTAL OFFICESIBC ACQ SVCS DIRECTORATE (00004)HERNDON, VA, 20170, USA

NAICS

Linen Supply (812331)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 21, 2025, 12:00 AM UTC
  3. 3
    Due May 7, 2025, 1:00 AM UTC
Description

The Department of the Interior, specifically the Office of Aviation Services (OAS), is seeking qualified vendors to provide linen and laundry services at its Repair Station located in Anchorage, Alaska. The contract requires the vendor to deliver clean shop towels, coveralls, and mop heads weekly, with a base performance period from August 1, 2025, to July 31, 2026, and four optional renewal years. This service is critical for maintaining operational efficiency and hygiene standards within the aviation office. Interested contractors must submit their quotations electronically by May 6, 2025, and ensure compliance with federal acquisition regulations, including maintaining a valid SAM registration. For further inquiries, potential bidders can contact Heather Armstrong at heather_armstrong@ibc.doi.gov or call 703-964-8416.

Point(s) of Contact
Armstrong, Heather
(703) 964-8416
(202) 208-5834
heather_armstrong@ibc.doi.gov
Files
Title
Posted
Apr 21, 2025, 7:06 PM UTC
This document outlines a Request for Quotation (RFQ) for a Laundry and Linen Service (Solicitation Number: 140D0425Q0337) to be executed at the Office of Aviation Services (OAS) in Anchorage, Alaska. The contract requires the provision of clean shop towels, coveralls, and mop heads on a weekly basis, with a base year from August 1, 2025, to July 31, 2026, followed by four optional years. The evaluation will follow a Lowest Priced Technically Acceptable (LPTA) method, and contractors must have experience with similar services, complete specified forms, and maintain a valid SAM registration. The contractor's responsibilities include providing necessary tools and labor, measuring employees for coveralls, ensuring all items are free from defects, and delivering items weekly. Critical elements include a structured pricing schedule and adherence to labor standards and applicable federal regulations. The RFQ emphasizes the importance of on-time delivery, accurate service provision, and alignment with government protocols, reflecting the terms and expectations within federal procurement processes. Responses must be submitted electronically by May 6, 2025, indicating a clear deadline for the bidding process.
Apr 21, 2025, 7:06 PM UTC
The document pertains to the amendment of a solicitation related to a federal acquisition. It outlines the necessary steps contractors must take to acknowledge receipt of the amendment, which must occur prior to a specified deadline to avoid offer rejection. The amendment modifies an existing contract/order and includes terms regarding the period of performance, which is set from August 1, 2025, to July 31, 2030. The document specifies that changes to offers can be communicated through letters or electronic messages, provided they reference the solicitation and amendment numbers. An important note is made regarding the requirement for signatures from both the contractor and the contracting officer, which formalizes the changes. Overall, the document ensures compliance with federal acquisition regulations and outlines the procedural requirements for contractors in response to the amendment.
Apr 21, 2025, 7:06 PM UTC
The document outlines a Request for Proposal (RFP) for a federal acquisition, detailing the solicitation number, bidding process, and requirements for potential offerors. It specifies key information such as the payment process, delivery location in Herndon, VA, and the effective performance period from August 1, 2025, to July 31, 2030. The solicitation is structured to encourage participation from small businesses, including those that are service-disabled veteran-owned, HUBZone, and economically disadvantaged women-owned. The document mandates compliance with federal acquisition regulations, including references to the relevant Federal Acquisition Regulation (FAR) clauses. Offerors must complete certain blocks with their information and agree to the terms outlined in the RFP. The overarching goal is to solicit competitive bids while promoting small business engagement in federal procurement opportunities.
Apr 21, 2025, 7:06 PM UTC
The document addresses inquiries regarding the rental and maintenance of coveralls in a government contract. It confirms that coveralls are rented from the contractor, ALSCO, rather than the government providing them. The current contract number is 140D120C0002, valued at $25,132.91. The recompete of this contract, set to last for the next five years, is necessitated by the expiration of the current agreement on July 31. The original queries sought clarity on contractor responsibilities and the reasons for recompeting the contract, including aspects like expiring terms or potential scope changes. Overall, the context highlights processes and accountability in government contractual arrangements.
Apr 21, 2025, 7:06 PM UTC
The government file primarily discusses the framework for federal and state/local Requests for Proposals (RFPs) and grant funding. It outlines the submission processes, eligibility criteria, and evaluation metrics essential for organizations seeking financial support for various projects. The document emphasizes the importance of compliance with federal regulations and state guidelines to ensure successful funding outcomes. It details necessary documentation, application formats, and potential project scopes that align with government priorities. Furthermore, the file elucidates the need for collaboration among stakeholders, such as local governments and community organizations, to foster comprehensive project planning and implementation. By following the established protocols, applicants can effectively navigate the RFP landscape to secure the required funding to advance their initiatives. Overall, the file serves as a crucial resource for guiding applicants through the complexities of government funding processes.
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
USCG Air Station Corpus Christi Linen service
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for a linen service contract at the Air Station in Corpus Christi, Texas. The contractor will be responsible for providing high-quality linen services, including bi-weekly pick-up and delivery of various linens such as sheets and blankets, ensuring they are free from stains or damage, and complying with industry standards. This contract, valued at approximately $47 million, is set to run from May 1, 2025, to April 30, 2026, and is designated as a Total Small Business Set-Aside, with proposals due by 12:00 PM CST on March 25, 2025. Interested vendors must register with the System for Award Management (SAM) and can direct inquiries to Jeremy Lundberg at jeremy.l.lundberg@uscg.mil or Jesse McDonald at Jesse.C.Mcdonald@uscg.mil.
Lodging Linen Laundry Service KAFB
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking potential sources for a lodging linen laundry service at Kirtland Air Force Base (KAFB) in New Mexico. The procurement aims to identify contractors capable of providing comprehensive laundry services for the Roadrunner Inn, including management, supervision, personnel, equipment, and adherence to health and sanitation regulations. This service is crucial for maintaining operational standards and quality within the Department of Defense, particularly in ensuring the cleanliness and safety of lodging facilities. Interested businesses are invited to submit their capabilities by April 29, 2025, to primary contacts Olivia Padilla and Andrew Pascoe, with the anticipated contract being a Firm-Fixed-Price agreement under NAICS code 812320, with a size standard of $8 million.
Laundry Services for 647th LRS
Buyer not available
The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide laundry services for the 647th Logistics Readiness Squadron. The required services include the pickup, laundering, and return of laundry on a weekly basis, with specific attention to sorting, washing, drying, and minor repairs, all while adhering to quality standards and environmental considerations. This procurement is crucial for maintaining operational readiness and hygiene standards within military operations. The contract, set aside for small businesses, has a maximum value of $249,999.99 and a guaranteed minimum order of $25,000, with the solicitation closing on April 23, 2025. Interested parties can contact Troy Wong at 808-473-7532 or via email at troy.r.wong2.civ@us.navy.mil for further details.
Lodging Laundry BPA
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to provide lodging laundry services through a Blanket Purchase Agreement (BPA) at Ellsworth Air Force Base, South Dakota. The contractor will be responsible for all personnel, equipment, transportation, and supplies necessary for laundry and dry-cleaning services, including pick-up and delivery, with a focus on maintaining hygiene and service standards for military personnel. This procurement is funded through non-appropriated funds, ensuring that no federal tax dollars are utilized, and the contract is set to cover the period from April 30, 2025, to April 29, 2030. Interested vendors must submit their quotes by April 25, 2025, and can direct inquiries to Matthew Moye at matthew.moye.4@us.af.mil or Ross Duval at ross.duval@us.af.mil.
Grissom AF Inn Linen Laundry Services - NAF
Buyer not available
The Department of Defense, through the Department of the Air Force, is soliciting bids for linen laundry services at the Grissom Air Force Inn, located at Grissom Air Reserve Base in Indiana. The procurement involves a Basic Ordering Agreement for a duration of five years, encompassing a base year and four option years, with services required to accommodate fluctuating occupancy levels of personnel. This contract is crucial for maintaining the operational readiness and hygiene standards of military lodging facilities, ensuring timely and quality laundry services. Interested vendors must submit their quotations by April 28, 2025, and can direct inquiries to Kathryn Huffer at kathryn.huffer@us.af.mil or Makinsey Fields at makinsey.fields@us.af.mil for further clarification.
S--AK-KODIAK ADMIN SITE- CUSTODIAL CONTRACT
Buyer not available
The Department of the Interior, specifically the U.S. Fish and Wildlife Service, is seeking qualified small businesses to provide custodial services for the Visitor Center at Kodiak National Wildlife Refuge in Alaska. The contract, which spans from January 15, 2025, to January 14, 2030, requires the contractor to deliver comprehensive janitorial services, including regular cleaning, maintenance of specific areas, and adherence to environmental standards using eco-friendly cleaning materials. This procurement is crucial for maintaining a clean and sanitary environment in a federal facility, supporting both operational needs and compliance with government regulations. Interested parties must submit their proposals by April 28, 2025, and can direct inquiries to Roger Lockhart at rogerlockhart@fws.gov or by phone at 404-679-7124.
35--SERVICE WASHER & DRYER FOR RESIDENTIAL
Buyer not available
The Department of the Interior, Bureau of Indian Affairs, is soliciting proposals for the lease, maintenance, and repair of washers and dryers for the Southwestern Indian Polytechnic Institute (SIPI) in Albuquerque, New Mexico. The contract, which is set aside for small businesses, requires the contractor to deliver, install, and maintain the laundry equipment, ensuring compliance with energy efficiency standards and providing training for students on equipment use. This procurement is vital for supporting SIPI's housing and recreation programs, enhancing the quality of life for students. Interested vendors must submit their quotes electronically by May 8, 2025, with the contract period commencing on July 1, 2025, and lasting for one year, with options to extend for up to four additional years. For further inquiries, contact Jeff Morris at jeff.morris@bie.edu or call 505-364-2130.
DENA - Custodial Supplies BPA
Buyer not available
The National Park Service, under the Department of the Interior, is seeking qualified small businesses to establish a Blanket Purchase Agreement (BPA) for custodial supplies at Denali National Park and Preserve. This procurement includes essential items such as toilet paper, hand sanitizer, and various janitorial products, with a delivery schedule spanning from May to September 2025, and a performance period extending until April 30, 2030. The supplies are critical for maintaining cleanliness and health standards within the park, particularly in light of ongoing public health concerns. Interested vendors must submit their quotes electronically to Darcy Skinner at darcyskinner@nps.gov, and ensure they are registered in the System for Award Management (SAM) by the time of submission.
Glennallen Field Office (GFO) Campground Janitoria
Buyer not available
The Bureau of Land Management (BLM) in Alaska is seeking proposals for janitorial services at the Glennallen Field Office Campground, under Solicitation 140L6325Q0018. The contract requires the maintenance of cleanliness and safety in various campgrounds and waysides, with services including garbage removal, cleaning of bear-proof garbage cans, and servicing outhouse units, all while adhering to health standards and OSHA regulations. This initiative is crucial for enhancing visitor experiences in natural areas and ensuring compliance with federal labor standards. Interested small businesses must submit their offers by April 30, 2025, and can direct inquiries to Kristina Maldonado at kmaldona@blm.gov or by phone at 907-271-3208.
Laundry & Dry Cleaning Services
Buyer not available
The Department of Health and Human Services, specifically the Indian Health Service, is seeking qualified vendors to provide laundry and dry cleaning services for the Billings Area Indian Health Service in Browning, Montana. This opportunity is a Sources Sought notice aimed at identifying Indian Small Business Economic Enterprises (ISBEEs) and Indian Economic Enterprises (IEEs) capable of fulfilling the requirements outlined, which include regular pickup and delivery of soiled and cleaned linens, adherence to health regulations, and compliance with the Buy Indian Act. The contract is expected to span one base year with four option years, commencing on July 1, 2025, and interested parties must submit their capability statements along with the Buy Indian Act Indian Economic Enterprise Representation Form to Shannon Connelly at shannon.connelly@ihs.gov within 15 days of the announcement.