Ready Crew Berthing Linen Service
ID: 70Z08125QELIZ00003Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE ELIZABETH CITY(00081)NORFOLK, VA, 23510, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a Wage Determination under the Service Contract Act issued by the U.S. Department of Labor, outlining specific wage rates for various occupations within North Carolina, particularly in Camden, Chowan, Pasquotank, and Perquimans counties. It establishes minimum wage obligations for federal contracts subject to Executive Orders 14026 and 13658, which require contractors to pay specific hourly rates based on contract start dates. For contracts issued post-January 30, 2022, a minimum wage of $17.75 applies; for contracts awarded between 2015 and January 29, 2022, the minimum is $13.30 if not extended after January 30, 2022. The document details specific occupational codes, their titles, and corresponding wage rates, as well as fringe benefits, paid sick leave requirements, vacation, and holiday entitlements. It also outlines compliance mandates for unlisted occupations through a conformance process. The coverage under these wage regulations underscores the federal commitment to uphold fair labor standards in government contracting, facilitating both worker protection and regulatory adherence in the public sector labor market. This document serves as a vital reference for contractors and employees engaged in federal service contracts, ensuring compliance with wage and benefit requirements.
    The document outlines a solicitation for a contract to provide laundering services for the U.S. Coast Guard at the Elizabeth City facility in North Carolina. The contractor is expected to manage weekly pickups of soiled linens and return them cleaned and neatly folded. The contract duration is base plus four years and is 100% reserved for small businesses under the NAICS code 812320. Interested contractors must hold an active vendor record at SAM.gov and abide by size standards to qualify. The solicitation details various requirements, including performance and payment bonds, and emphasizes the necessity for a well-documented offer submission. A site visit is encouraged but not mandatory. Questions regarding the solicitation must be submitted in writing by a specified date, with no oral inquiries accepted. The document reflects standard practices in federal procurement, aiming to ensure compliance, competitiveness, and beneficial outcomes for the government entity involved.
    The document outlines the scope of work for a linen service contract at the U.S. Coast Guard Air Station in Elizabeth City, North Carolina. The contractor is required to provide laundering services for Coast Guard-owned linens on a flexible weekly schedule, including pickup and delivery. Clean linens must be protected from dust, and the contractor must supply carts for storage. The service will initially take place at Building 23, shifting to RCB Building 54 after renovations. The contract spans one year, from March 31, 2025, to March 31, 2026, with regular pickups scheduled between 0900 and 1130, Monday through Friday, and an estimated weekly cleaning of around 15 bags of linens. All work must adhere to base regulations, and any damage caused by the contractor must be repaired at their expense. The Contracting Officer’s Representative (COR) will oversee the contract execution and inspections, ensuring compliance with established guidelines. This document serves as a formal request for proposals (RFP) aimed at securing a reliable linen service provider for military operations.
    The document outlines the Offeror Representations and Certifications for Commercial Products and Commercial Services as mandated by federal regulations. It defines key terms, including "economically disadvantaged women-owned small business" and "manufactured end product," while detailing the criteria for small business concerns and their various classifications. The Offeror must complete specific paragraphs based on their completion status in the System for Award Management (SAM). The document requires representations about the Offeror's status concerning certain federal requirements, such as compliance with labor standards and Buy American provisions. Importantly, it mandates certifications regarding tax liabilities, child labor practices, and business operations, particularly emphasizing restrictions against entities involved with sensitive technologies or operating in certain foreign countries. Overall, this extensive provision ensures that Offerors are compliant with legal standards while promoting fair business practices and transparency within federal contracting processes.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Laundry and Mat Services
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command, is soliciting offers for laundry and mat services under the contract titled "Laundry and Mat Services." This procurement aims to secure comprehensive linen supply services, including the management, cleaning, and transportation of mats, linens, towels, and blankets, to support military personnel operations at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The contract, which spans from March 19, 2025, to March 18, 2030, emphasizes compliance with health and cleanliness standards and includes multiple optional years of service. Interested small businesses must submit their proposals by 10:00 AM on February 28, 2025, and can direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil.
    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.
    Dry Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the Office of Procurement Operations, is seeking qualified vendors to provide dry cleaning services under a presolicitation notice. The procurement is set aside for small businesses, in accordance with FAR 19.5, and falls under the NAICS code 812320, which pertains to Drycleaning and Laundry Services (except Coin-Operated). These services are crucial for maintaining the cleanliness and professional appearance of uniforms and other textiles used by the department, ensuring operational readiness and compliance with standards. Interested parties should reach out to LeighAnn Bauer at leighann.bauer@fps.dhs.gov or Frank Borelli at frank.borelli@fps.dhs.gov for further details regarding the opportunity.
    USCG Cape Cod ADT Berthing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking proposals from qualified small businesses for berthing accommodations at Joint Base Cape Cod, Massachusetts, during the Active-Duty Training period from April 25 to May 10, 2025. The contract requires the provision of 25 rooms within an 18-mile radius of the base, ensuring that all personnel are housed in one location, with a minimum three-star rating for the lodging facility. This procurement is critical for supporting the operational efficiency of Reservists during their training exercises, emphasizing compliance with the Women-Owned Small Business program and specific security requirements. Interested parties must submit their offers by March 6, 2025, and can contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further information.
    USCG Cherry Point Berthing
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for berthing services at MCAS Cherry Point, North Carolina, for Reservists on Active-Duty Training from April 26 to May 10, 2025. The contractor is required to provide a total of 45 rooms, including 32 double occupancy rooms and 13 additional double occupancy rooms, all within 25 miles of the base, ensuring a secure environment with a minimum three-star rating and 24/7 front desk services. This procurement emphasizes the importance of providing adequate and secure accommodations for military personnel during training, while adhering to specific cost and service guidelines. Interested parties should contact Yvett R. Garcia at Yvett.R.Garcia@uscg.mil for further details, as this opportunity is set aside for small businesses under the SBA regulations.
    CGC RELIANCE UNDERWATER HULL CLEAN AND INSPECT
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the underwater hull cleaning and inspection of the USCGC Reliance, scheduled for December 8, 2024, in Pensacola, Florida. The contractor will be responsible for executing the hull cleaning in accordance with specified maintenance guidelines and providing a post-cleaning report on the hull's condition. This service is crucial for maintaining the operational efficiency of the vessel by preventing the growth of marine organisms that could impair its performance. Interested vendors must submit their firm fixed price proposals by December 6, 2024, and can direct inquiries to Contracting Officer SKC Damon D. Jones at damon.d.jones@uscg.mil or Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil.
    Dry-Dock: USCG STA CURTIS BAY (45661) FY25 DD
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for unplanned dry-dock repairs for the USCG Curtis Bay (45661) during fiscal year 2025. The procurement involves providing all necessary labor, materials, and services to conduct essential repairs and alterations to the vessel, ensuring compliance with established safety and operational standards. This contract is critical for maintaining the operational integrity of the Coast Guard's fleet, emphasizing the importance of timely and efficient ship repair services. Interested small businesses must submit their proposals by the specified deadlines, with the contract period of performance set from March 26, 2025, to April 24, 2025. For further inquiries, potential bidders can contact Regina M. Elliott-Dougherty at Regina.ElliottDougherty@uscg.mil or 571-610-1960.
    DOCKSIDE: CGC ESCANABA FY25
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for dockside repairs of the USCGC Escanaba (WMEC-907) scheduled for fiscal year 2025. The project involves comprehensive cleaning, inspection, and overhaul of various systems, including seawater heat exchangers and sewage systems, with an anticipated duration of 60 days starting August 18, 2025. This procurement is critical for maintaining the operational integrity and readiness of the vessel, ensuring compliance with Coast Guard standards and environmental regulations. Interested contractors must respond to the Sources Sought Notice with company details and past performance records, and are encouraged to register in the System for Award Management (SAM) for future solicitation announcements. For further inquiries, contact Ms. Lenore D. Sevier at LENORE.D.SEVIER@USCG.MIL or by phone at 571-607-4729.
    Coast Guard Recruiting Command DD Recruiter Storage
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a contractor to provide climate-controlled storage solutions for the Coast Guard Recruiting Command. The contractor will be responsible for establishing and managing five secure storage units within a 25 to 35-minute commute from designated recruiting offices, ensuring 24/7 access for authorized personnel while maintaining high standards of security and cleanliness. This procurement is crucial for safeguarding non-government property and supporting the Coast Guard's recruitment initiatives across various locations in the United States. Interested parties should contact Mathew Wilson at Mathew.D.Wilson@uscg.mil or call 202-795-6883 for further details. The contract period is set from March 5, 2025, to March 5, 2026, with an option for a one-year extension.
    Consolidated Laundry Services - Combine Synopsis/Solicitation
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for consolidated laundry services at Edwards Air Force Base in California. The contract, identified as FA930125Q0007, aims to provide non-personal laundry services for protective clothing, uniforms, linens, and shop towels over a five-year period, commencing on March 23, 2025, and concluding on March 22, 2030. This procurement is crucial for maintaining operational readiness and ensuring compliance with safety standards, as it supports the management of essential garments for military personnel. Interested small businesses, particularly Women-Owned Small Businesses, are encouraged to submit proposals, with a budget ceiling of $1,999,999 and individual task orders not exceeding $160,000. For further inquiries, potential bidders can contact Richard Godoy at richard.godoy@us.af.mil or Paola Diaz at paola.diaz.1@us.af.mil.