USCG Base New Orleans Linen Service
ID: 70Z02926QNEWO5353Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, 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 from qualified small businesses for a firm-fixed-price contract to provide weekly linen services at the USCG Base in New Orleans, Louisiana. The contractor will be responsible for laundering and delivering specific quantities of culinary hand towels, mop heads, aprons, and chef coats, ensuring all linens meet strict cleanliness and quality standards. This contract is vital for maintaining operational efficiency at the dining facility and will span a base year from January 1, 2026, to December 31, 2026, with four additional option years. Interested vendors must submit their proposals by 5:00 PM CST on January 5, 2026, to the primary contact, SK2 Alexis Liner, at Alexis.R.Liner@uscg.mil, and must be registered in the System for Award Management (SAM) to be eligible for consideration.

    Files
    Title
    Posted
    The U.S. Coast Guard Base New Orleans requires a contractor for weekly linen cleaning and delivery services to its Dining Facility from January 1, 2026, to December 31, 2031. The contractor must provide specific quantities of lint-free culinary hand towels/rags, mop heads, plain white aprons, and white chef coats, all meeting strict cleanliness and quality standards. Services are required once weekly, preferably on Mondays, with adjustments for holidays, and must occur between 7 AM and 2 PM. Delivery and pickup will be at the Dining Facility's back door. The contractor is responsible for quality control, accurate reporting, and adherence to security protocols, including drivers being U.S. citizens with Real IDs and driving clearly marked company vehicles. Payment will be in arrears via the government's Invoice Processing Platform (IPP), and contractors must be registered in SAM with valid DUNS and TIN to bid. The contract includes termination clauses and requires the contractor to maintain adequate liability insurance. Chief John C. Ross is the Contracting Officer’s Representative (COR).
    This document outlines required FAR and HSAR clauses for fixed-price service contracts, essential for federal government RFPs. Key FAR clauses cover definitions, gratuities, anti-kickback procedures, small business utilization, equal opportunity, labor standards, payments, disputes, and termination. HSAR clauses supplement these with specifics for DHS contracts, addressing contractor access, corporate expatriates, commercial item terms, strikes, hazardous substances, insurance, and technical representatives. The document emphasizes compliance with wage determinations for service contracts, applicability of commercial item clauses, and proper inspection and termination protocols. These clauses ensure legal and ethical compliance, fair labor practices, and government protection in service procurements.
    This government solicitation, contract, and order form (Standard Form 1449) is for commercial items. It outlines the process for federal agencies to solicit offers, award contracts, and issue orders for goods and services. The form details sections for offeror and government information, including requisition and solicitation numbers, dates, issuing and administering offices, and payment details. It specifies that contractors must sign and return copies, agreeing to terms and conditions. The document also includes provisions for the award of contracts based on accepted offers and incorporates various FAR clauses by reference. Additionally, it lists set-aside categories for small businesses, such as 8(a), EDWOSB, WOSB, Service-Disabled Veteran-Owned Small Business, HUBZone Small Business, and Small Business, with a NAICS code of 51800 and a size standard of 100. The specific example provided is for USCG BASE NEW ORLEANS GALLEY LINEN SERVICE, with a due date of December 19, 2025, and an award effective date of January 5, 2026.
    This document addresses questions regarding RFP 70Z02926QNEWO5353, a firm-fixed-price contract for uniform laundering services. Key information includes the previous contractor (TLC Services, award number 70Z02924CNEWO0029), the absence of a designated pricing template, and the requirement for uniforms for six employees. The contractor can request modifications for increased quantities and is permitted to correct deficiencies on the same day without penalty. Invoices should be submitted monthly after service completion. Standard FAR termination clauses will be incorporated, but price adjustments are not allowed. The contractor is responsible for replenishing discarded linens, with replacement costs included in the contract price. All laundering will occur off-site, and the government will use SERV SAFE standards to determine linen cleanliness. Discarded inventory quantities can be tracked by separating items for the contractor. A minimum inventory level, including a surplus, is required per the Scope of Work, and the requirement is tax-exempt.
    This document is a wage determination for service contracts in specific Louisiana parishes (Jefferson, Orleans, Plaquemines, Saint John The Baptist, St Bernard, St Charles), issued by the U.S. Department of Labor. It outlines minimum hourly wage rates for a comprehensive list of administrative, automotive, food service, maintenance, health, information, instructional, and other occupations. The determination also details required fringe benefits, including health and welfare ($5.55/hour or $5.09/hour for EO 13706 covered contracts), vacation (2-4 weeks based on service), and eleven paid holidays. Special provisions cover computer employees (exemption criteria), air traffic controllers and weather observers (night and Sunday pay differentials), hazardous duty pay (4-8% differential), and uniform allowances. It also describes the conformance process for unlisted occupations, ensuring fair compensation and compliance with the Service Contract Act and related Executive Orders like 13706 (Paid Sick Leave) and 13658 (Minimum Wage for Federal Contractors).
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    DISHWASHING MACHINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 12 dishwashing machines, which are essential for sanitizing equipment used on specific vessels. The machines must meet stringent specifications, including a configuration of 460 volts, 60 Hz, 3 phase, and 8.3 amps, and must be packaged according to military standards to ensure safe delivery and compliance with Coast Guard requirements. Interested vendors must submit their quotes by January 9, 2026, at 10:00 AM Eastern Standard Time, and should direct any inquiries to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259. This opportunity is set aside for small businesses, and the contract will be awarded based on the lowest price technically acceptable.
    USCG Forces- Rio Grande Trash Services
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses to provide trash services for the Coast Guard Forces in Rio Grande, Texas. The procurement involves the provision of a 20 cubic yard roll-off dumpster, with weekly scheduled pickups and an additional 12 optional on-call pickups annually, ensuring compliance with environmental laws and safety regulations. This Firm-Fixed-Price service contract will have a one-year performance period with four option years, and proposals must be submitted by 14:00 CST on January 20, 2026, to the designated contacts, Kala Lowe and James Spenn, via email. Interested vendors must be registered in the System for Award Management (SAM) to participate in this opportunity.
    USNS COMFORT Laundry Galley Parts
    Dept Of Defense
    The Department of Defense, through the Military Sealift Command, is seeking quotes for various laundry and galley equipment parts for the USNS COMFORT, as outlined in solicitation N3220526Q7030. The procurement aims to acquire commercial products and services necessary for the repair and maintenance of laundry and dry cleaning equipment, with a focus on specific brand-name parts to ensure compatibility and maintain OEM warranties. This opportunity is critical for sustaining the operational capability of the USNS COMFORT, with quotes due by January 14, 2026, at 10:00 AM EST, and delivery required by February 13, 2026, to Norfolk, VA. Interested vendors should submit their quotes via email and may contact Brett Yarbrough or Colin Edick for further information.
    Hurlburt Field Linen Cleaning BPA
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified contractors to establish Blanket Purchase Agreements (BPAs) for linen cleaning services at Hurlburt Field, Florida. The contractor will be responsible for providing all necessary management, tools, equipment, labor, and transportation to perform laundry and dry-cleaning services for the Commando Inn, with a service period from approximately January 30, 2026, to February 1, 2031. This procurement is crucial for maintaining operational readiness and hygiene standards at the facility, with a maximum BPA value of $320,000 and individual order limits of $25,000. Interested small businesses must submit their quotes by January 23, 2026, and direct any questions to Douglas McGee at douglas.mcgee.1@us.af.mil.
    USCGC Kanawha Dock Side Exhaust Cleaning
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the cleaning of the exhaust system onboard the USCGC Kanawha, with the contract being set aside for small businesses. The selected contractor will be responsible for providing all necessary labor, materials, and equipment to complete the cleaning as outlined in the attached Statement of Work (SOW) and associated ship drawings. This procurement is critical for maintaining the operational efficiency and safety of the vessel, ensuring compliance with industry standards. Interested vendors must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and can contact Mr. Justin Austin at Justin.c.austin@uscg.mil or 985-273-4082 for further information.
    USCGC Kanawha Dockside Sewage Piping Clean and Flush
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide labor, materials, and equipment for the cleaning and flushing of the sewage system on the USCGC Kanawha at the Industrial Production Facility in St. Louis, Missouri. This procurement is a total small business set-aside and aims to ensure the proper maintenance of critical sewage treatment equipment, which is essential for operational readiness and environmental compliance. Interested parties must submit their quotes by January 9, 2026, with questions due by January 8, 2026, and are required to be registered in the System for Award Management (SAM). For further inquiries, vendors can contact Mr. Justin Austin at Justin.c.Austin@uscg.mil or by phone at 985-273-4082.
    Shop Towel Rental and Laundering Services
    Dept Of Defense
    The Department of Defense, specifically the Rhode Island Army National Guard (RIARNG), is soliciting proposals for shop towel rental and laundering services under solicitation W912LD-26-Q-0003. The contractor will be responsible for providing 500 clean, absorbent shop towels weekly, essential for maintenance tasks involving vehicles, generators, and weapons, with an emphasis on environmentally friendly laundering practices due to hazardous materials. This firm-fixed-price contract includes a base period from February 2, 2026, to February 1, 2027, with four one-year options, and requires vendors to submit quotes by 5:00 PM EST on January 9, 2026, via email to the designated contacts, Shane Murray and Ryan Lawton. Interested vendors must be registered with the System for Award Management (SAM) and provide past contract references to demonstrate their capability.
    Military Food Service Contracting at Training Center (TRACEN) Cape May, NJ
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors for a military food service contract at the Training Center (TRACEN) in Cape May, New Jersey. The procurement involves providing full food services, including all necessary personnel, management, supplies, and equipment for three dining halls serving recruits and permanent personnel three meals a day, year-round. This contract is significant for maintaining the dietary needs and operational efficiency of the Coast Guard training facility, with an anticipated start date of April 1, 2026, and a total duration of up to 60 months. Interested vendors must submit a Rough Order of Magnitude cost estimate and a company capability statement by January 19, 2026, to Janine A. Marshall at janine.a.marshall@uscg.mil.
    Full Food Service at the Coast Guard Academy
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for Full Food Services at the Coast Guard Academy located in New London, Connecticut. This procurement is set aside entirely for small businesses under NAICS code 722310 and includes a base year with a one-month phase-in period, followed by four option years, covering food services for various facilities and special events. The contract is significant for providing essential dining services to cadets and staff, ensuring quality nutrition and support for academy operations. Interested offerors must submit their proposals by January 26, 2026, after attending a mandatory site visit on January 7th or 9th, and can direct inquiries to Maeve Schaeffer at Maeve.M.Schaeffer@uscg.mil.
    Commercial Cleaning Ventilation CGC Forward
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for a commercial cleaning and inspection project of the ventilation systems aboard the USCGC FORWARD (WMEC 911) in Portsmouth, Virginia. The primary objective is to enhance airflow, improve air quality for the crew, and ensure ship safety by reducing fire hazards through thorough cleaning of various ventilation systems, including those in the engine room, galley, pantry, and laundry areas. This contract is set aside for small businesses and includes a 14-day base period with four option periods, requiring contractors to provide qualified personnel, a project manager, and adhere to strict security and reporting guidelines. Interested parties should contact Kyler Madison at kyler.d.madison@uscg.mil or 571-610-5345 for further details.