Washer and Dryer Rental/Maintenance
ID: N6883625Q0067Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR JACKSONVILLEJACKSONVILLE, FL, 32212-0097, USA

NAICS

Consumer Electronics and Appliances Rental (532210)

PSC

LEASE OR RENTAL OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (W072)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville, is soliciting proposals for the rental and maintenance of washers and dryers at various military installations, including Eglin Air Force Base and Naval Air Station Pensacola. The procurement involves providing 46 washer and dryer units, with a focus on new commercial-grade equipment, installation, and ongoing maintenance services over a contract period of 12 months, with options for up to five additional years. This initiative is crucial for ensuring reliable laundry services for military personnel, adhering to established safety and operational standards. Interested small businesses, including those owned by disabled veterans and women, must submit their proposals electronically by 12:00 PM on June 18, 2025, and can direct inquiries to Quentin Keaton or Harold Melton via their provided email addresses.

    Point(s) of Contact
    Files
    Title
    Posted
    The draft Performance Work Statement (PWS) outlines requirements for the rental and maintenance of washers and dryers across four military locations in Florida, including Eglin Air Force Base and Naval Air Station Pensacola. The contractor is responsible for providing new, commercial-grade front-loading washers and dryers, ensuring they meet specified standards such as UL approval, proper capacity, and usability features. Delivery and installation should occur without additional costs to the government and must include site visits for correct setup. The contractor must also perform maintenance and repairs during operating hours, ensuring no more than 5% of units are out of service simultaneously, with penalties for exceeding this limit. Quality assurance is driven by inspections and various performance standards as outlined in the plan, with the contractor held liable for damages and responsible for efficient communication. Overall, this document serves to ensure high operational standards and timely service, reflecting the government’s commitment to maintaining essential facilities in military settings through a detailed service-oriented process and accountability measures.
    The document is an amendment to the solicitation for a contract regarding the rental and maintenance of washers and dryers at multiple military installations. Key changes include the removal of specific contract line item numbers (CLINs), updates to delivery dates, and the addition of site visit details. The amendment outlines the requirements for quotes, including technical capability, past performance, and pricing details, specifying that quotes must be submitted electronically with various documentation. The contractor is expected to provide new commercial-grade machines, perform installations, and maintain them according to specified regulations. A Quality Assurance Surveillance Plan (QASP) will evaluate the contractor's performance to ensure compliance with the contract terms. The document emphasizes the importance of timely service and repair, detailing the responsibilities of both the contractor and the government in maintaining the units. Additionally, it includes evaluation criteria for selecting a contractor based on price, technical capabilities, and past performance, outlining a best-value trade-off approach. This solicitation reflects federal procurement standards and aims to ensure efficient and effective service delivery for military personnel.
    The document is an amendment to a solicitation regarding the rental and maintenance of washers and dryers for various military facilities, specifically for the Navy. The amendment addresses quoter inquiries, clarifying that the requirement is for 9 sets of stacked dryers, totaling 18 individual units. The Performance Work Statement outlines comprehensive specifications for the equipment, including new commercial-grade washing machines and dryers that meet established safety and operational standards. The contractor will handle delivery, installation, and maintenance at multiple locations including Eglin Air Force Base and Corry Station in Pensacola. Key responsibilities include ensuring equipment is operational, submitting maintenance reports, and adhering to quality assurance standards set by the government. The amendment also emphasizes the contractor's accountability for damages, proper signage, and seamless communication with facility points of contact during installation and service. Overall, this document supports the aim of providing reliable laundry services while ensuring compliance with government standards and expectations for contractor performance.
    The document details a Request for Proposal (RFP) issued by NAVSUP FLC Jacksonville, identified as solicitation number N6883625Q0067, aimed at procuring non-personal services involving the rental and maintenance of laundry units at various military installations, including Eglin Air Force Base and Naval Air Station Pensacola. The scope includes 46 washer and dryer units for the Explosive Ordnance Disposal (EOD) School at Eglin AFB and similar quantities for other naval facilities, with contracts structured annually for a total of potentially four years plus an option for an additional six-month extension. The RFP specifies requirements for the rental and maintenance of both standard and stackable units, emphasizing the necessary compliance with performance work statements (PWS) attached. The bid is open to small businesses, including those operated by disabled veterans and women-owned establishments. The timeline indicates a submission deadline by 12:00 PM on June 18, 2025. Overall, this RFP aligns with the government's goal of acquiring quality services while fostering small business participation in federal contracting opportunities.
    The government document outlines a Request for Proposal (RFP) for the rental and maintenance of washers and dryers at multiple military installations, primarily the Explosive Ordnance Disposal (EOD) School at Eglin Air Force Base and various Naval Air Stations in Pensacola. The procurement process is detailed for items required for non-personal services over a contract period of 12 months, with options for up to five additional years. Each item is categorized by type, including washer rentals and maintenance services, specifying quantities and delivery requirements with a focus on Full Firm Price (FFP) contracts. The document also emphasizes compliance with government regulations, referencing the need for the bidders to adhere to sections of the Federal Acquisition Regulation (FAR). The anticipated award date and solicitation due date are noted, indicating a structured timeline for submissions and contract execution. This RFP illustrates the federal government's ongoing commitment to ensuring quality service provision through competitive bids, promoting opportunities for small and disadvantaged businesses within the procurement process.
    The document serves as a Past Performance Questionnaire for contractors involved in government projects, particularly for submissions to NAVSUP (Naval Supply Systems Command). It is designed to evaluate a contractor's previous performance on contracts, asking for detailed information such as contractor identification, project specifics, customer information, and performance ratings. Contractors must provide details on their role in the project, contract type, duration, price, and project description. Clients complete the questionnaire rating the contractor's performance across various criteria, including quality, timeliness, customer satisfaction, management, cost control, safety, and compliance. Ratings range from Exceptional (E) to Unsatisfactory (U). The completed questionnaire must be returned to the contractor for inclusion in their quote to NAVSUP, with an emphasis on client submission directly to the contractor or NAVSUP. This questionnaire is integral in assessing contractor reliability and capability in fulfilling contract requirements within federal and state/local projects, ensuring that only qualified contractors are awarded future contracts.
    NAVSUP Fleet Logistics Center Jacksonville plans to release a Request for Quotation (RFQ) on or around May 5, 2025, for washer and dryer rental and maintenance services in northwest Florida, specifically for military personnel in unaccompanied housing. This solicitation is a 100% Small Business Set-Aside, aiming to award a single firm-fixed-price purchase order for a base year, with four optional one-year extensions. The RFQ covers services at several locations, including the EOD School and multiple Naval Air Stations. Interested small businesses must register under NAICS Code 532210, with a size standard set at $47 million. Potential bidders are encouraged to access the RFQ via the Contract Opportunities website at https://www.sam.gov, as no paper copies will be provided. All inquiries must be directed to the Contract Specialist via email, and no phone or in-person communication will be accepted during the solicitation process. This procurement emphasizes the federal government's support for small businesses while fulfilling operational needs for military housing.
    The Performance Work Statement (PWS) outlines requirements for the rental and maintenance of washers and dryers across multiple military locations in Florida. The contractor is expected to provide commercial-grade, front-loading washers and dryers, ensuring proper installation, maintenance, and repair according to specified standards. Delivery and installation will occur at key sites, including CID Corry Station, NAS Pensacola, NATTC, and EOD School at Eglin Air Force Base, with on-site assessments prior to setup to ensure compatibility. Key responsibilities include maintaining functionality, ensuring cleanliness, and posting instructional signage while communicating with designated points of contact at each site. Liability for damages and proper disposal of waste during installation falls to the contractor, along with adherence to safety standards set by regulatory bodies. The document also outlines a detailed schedule for delivery phases, service maintenance requirements, and contractor identity protocols. Overall, the PWS emphasizes the importance of reliable equipment service to military personnel and ensures compliance with governmental quality assurance measures throughout the contract duration.
    The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Jacksonville is conducting a sources sought notice to assess potential contractors capable of providing washer and dryer rental and maintenance services at various military installations in Florida, including CID Corry Station, NAS Pensacola, NATTC, and EOD School at Eglin Air Force Base. This notice is for market research purposes only and does not constitute a request for proposals or a commitment by the government, with no funding available for responses. Interested small business contractors must align with specific SBA certifications and submit company details, including capabilities and experience, via email by March 13, 2025. The anticipated contract type is a firm-fixed-price purchase order, with a potential NAICS Code of 532210 for Consumer Electronics and Appliances Rental. Responses should not exceed five pages and must exclude sensitive information, while the government retains the right to utilize any non-proprietary information in future solicitations. This effort supports the Navy's commitment to engage qualified small businesses for essential service contracts.
    Lifecycle
    Title
    Type
    Similar Opportunities
    3695--ALBUQUERQUE, NM COMMERCIAL LAUNDRY EQUIPMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement and installation of commercial laundry equipment at the New Mexico VA Health Care System in Albuquerque, NM. The project includes the acquisition of two Small Piece Folding Machines and a Blanket Folder System, with options for trade-in of existing equipment, and requires adherence to strict technical specifications and safety protocols. This procurement is critical for enhancing laundry operations within the facility, ensuring efficient service delivery to veterans. Interested parties must submit their technical and price quotes by December 22, 2025, and can contact Contract Specialist Maria Alba at Maria.Alba@va.gov or (708) 786-4989 for further information.
    NAF Laundry Service JBSA Lackland and Randolph
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    Base and Medical Laundry Services -Qatar and Saudi Arabia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential sources for Laundry and Dry-Cleaning services in Qatar and Saudi Arabia. The procurement aims to secure comprehensive laundry services, including the handling of contaminated medical linen, with a focus on quality control, transportation methods, and compliance with health and safety standards. This opportunity is critical for maintaining hygiene and operational readiness in military settings, with an estimated monthly workload of approximately 50,776 units, peaking at 58,562 units. Interested parties must submit their capability statements and responses to specific questions by 12:00 PM Arabian Standard Time on November 14, 2025, to SrA Dominique Henry at dominique.henry.1@us.af.mil.
    Laundry Chemical Supplies and Maintenance
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    3510--Pre-Washed linen- Contingency for Lake City
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement of pre-washed linens as a contingency supply for the Lake City VA Medical Center in Florida. The required items include various linens such as bath blankets, flat sheets, washcloths, pillowcases, bath towels, envelope contour sheets, and spread blankets, all treated with Silvaclean, with delivery expected within 30 days of contract award. This procurement is critical for maintaining hygiene and comfort for veterans receiving care at the facility. Interested vendors must submit their offers by January 20, 2026, at 12:00 PM Eastern Time, and can contact Contracting Officer Victor J. Mercado at Victor.Mercado@va.gov or by phone at 352-214-6492 for further information.
    MFR Wash Rack Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army through the W074 Endist Charleston office, is seeking qualified contractors to provide maintenance and upgrade services for vehicle wash systems at Marine Corps Reserve Centers across the continental United States. The procurement involves planned maintenance, inspection, repair, and remote monitoring of approximately forty reclaim wash systems and eight pass-through wash systems, as well as upgrading delinquent systems. These services are crucial for maintaining operational readiness and environmental compliance at military facilities. Interested small businesses are encouraged to reach out to Bianca James Gaddison at Bianca.M.JamesGaddison@usace.army.mil or call 504-240-8923, or contact Walter Gordon at walter.l.gordon@usace.army.mil or 843-329-8157 for further details. This opportunity is set aside for small businesses under the SBA guidelines.
    Laundry Cleaning and Coverall Rental Service
    Dept Of Defense
    The Department of Defense, specifically the Oregon Army National Guard (ORARNG), is seeking qualified contractors to provide laundry cleaning and coverall rental services across various locations in Oregon. The primary objective is to support maintenance activities by delivering clean coveralls, jackets, and shop rags to approximately 250 employees in heavy equipment and aviation maintenance environments, with a focus on safety and compliance with relevant standards. This competitive firm-fixed price contract will span a base year with up to four option years, and interested parties must submit their responses by 2:00 PM Pacific Standard Time on April 8, 2024, to Robert Bates at robert.c.bates26.civ@army.mil for consideration. The government encourages participation from all industry members, including small and disadvantaged businesses, to assess capabilities and inform future acquisition strategies.
    35--DRYING TUMBLER,LAUN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two drying tumblers (NSN 3510015471894) for the USS Alaska SSBN 732. The requirement specifies that the tumblers must be delivered within 20 days after order, with the approved source being 01551 M16SUB. These drying tumblers are critical for laundry operations aboard naval vessels, ensuring the efficient processing of crew uniforms and other textiles. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    7320--Ventless Dishwasher & Food Scraper
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 8, is seeking qualified vendors to provide a Ventless Flight Type Dishwasher and Food Scraper for the Orlando VA Medical Center's Food and Nutrition Department. The procurement includes the supply of a Hobart Model No. FT1000E+Base dishwasher, capable of washing at least 14,000 dishes per hour, along with a Salvajor Model S914 food scraper, both requiring assembly, installation, scheduled maintenance, and on-site training for staff. This equipment is crucial for sanitizing mealtime items for Veterans, ensuring their health and well-being. Interested vendors must respond by December 22, 2025, at 3:00 PM EST, via email to Shawn Autrey and Rohan McKenzie, and must be registered with the System for Award Management (SAM) to be eligible for consideration.