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 Base New Orleans, is seeking proposals for a firm-fixed price contract to provide weekly linen cleaning and delivery services from January 1, 2026, to December 31, 2031. The contractor will be responsible for delivering specific quantities of clean culinary hand towels, mop heads, plain white aprons, and white chef coats, ensuring all items meet strict cleanliness and quality standards. This service is crucial for maintaining operational efficiency at the Dining Facility, with services required weekly, preferably on Mondays, and adjustments made for holidays. Interested vendors must submit their proposals by 5:00 PM CST on January 5, 2026, to Alexis.R.Liner@uscg.mil, and are encouraged to inspect the site prior to bidding to familiarize themselves with the conditions of service delivery.

    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 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
    USCG AIR STATION TRAVERSE CITY CY26 LAUNDERING SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundering services for the Air Station Traverse City for the calendar year 2026. The procurement involves the provision of all labor, materials, equipment, and supervision necessary for the weekly pick-up, cleaning, and delivery of approximately 220 items, including sheets, blankets, and lab coats, with strict adherence to specified laundry requirements. This firm-fixed-price contract, estimated to be between $25,000 and $100,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM) and to submit a complete solicitation package. Interested parties should contact Jonathan Barrett for further details and are encouraged to schedule site visits to develop accurate quotes, with the due date for offers to be established upon issuance of the Request for Quote.
    Full Food Services at USCG Sector Corpus Christi, TX
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking proposals for Full Food Services at the USCG Sector Corpus Christi, Texas, under RFQ 70Z08426QAA850100. The contractor will be responsible for providing comprehensive food services, including meal preparation, dining facility management, and quality control, to meet the nutritional needs of USCG personnel, with a contract period extending from May 1, 2026, to April 30, 2031, including a one-month phase-in and four optional one-year periods. This procurement is a total small business set-aside, with priority given to blind vendors under the Randolph-Sheppard Act, emphasizing the importance of quality food services for operational readiness. Interested parties must submit their quotes by January 7, 2026, at 10:00 AM ET, and can direct inquiries to Bahar Cabrera or Luis Torres via email.
    USCG AIR STATION TRAVERSE CITY CY26 JANITORIAL SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide janitorial services at the Air Station Traverse City, Michigan, for the calendar year 2026. The procurement requires the contractor to supply all necessary labor, materials, equipment, and supervision, adhering to federal, state, and local regulations, with specific tasks outlined in the Statement of Work, including weekly cleaning and annual maintenance activities. This contract, estimated to be valued between $25,000 and $100,000, emphasizes the importance of maintaining cleanliness and hygiene in government facilities, and interested parties are encouraged to schedule site visits for accurate quoting. Proposals must be submitted via email, including all required documentation, and the due date for offers will be established upon issuance of the Request for Quote, with further inquiries directed to Jonathan Barrett at jonathan.c.barrett@uscg.mil.
    52000QR260001642 USCGC FLORENCE FINCH HULL CLEANING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the hull cleaning and zinc renewal of the USCGC FLORENCE FINCH, scheduled to take place from January 13-16, 2026. The contractor will be responsible for cleaning the vessel's underwater body, renewing bolt-on zinc anodes, and ensuring thorough cleaning of underwater surfaces while adhering to specified maintenance procedures. This procurement is crucial for maintaining the operational readiness and longevity of the vessel, which is vital for Coast Guard missions. Interested vendors must submit their firm-fixed price quotations by January 8, 2026, and can direct inquiries to Timothy Ford or Joshua Miller via the provided email addresses.
    FULL FOOD SERVICES - USCG SECTOR HOUSTON - GALVESTON
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide full food services at the USCG Sector Houston-Galveston. The contractor will be responsible for managing the dining facility, which includes preparing meals, stocking and serving food, cleaning facilities, and handling cashier services, all while adhering to Coast Guard standards for menu preparation and sanitation. This opportunity is crucial for maintaining the operational readiness and morale of Coast Guard personnel, and interested parties are invited to submit their qualifications by December 30, 2025, to Mr. Vince Zentner at vince.e.zentner@uscg.mil. There is no solicitation at this time, and the government will not assume any financial responsibility for costs incurred in response to this request for information.
    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.
    52000Q260001484 USCGC VIGILANT SANITIZER AND INSTALLATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals from qualified small businesses for the replacement and installation of a sanitizer unit on the USCGC VIGILANT. The requirement includes providing a Hobart model No. AM16-BAS-4 sanitizer, along with installation and removal services, to ensure the cutter maintains necessary habitability and sanitary conditions. This procurement is critical as the current unit has a history of failures, and the work will take place at the cutter's location in Cape Canaveral, Florida, with performance dates set for February and March 2026. Interested vendors must submit their quotes by December 15, 2025, and can contact Timothy Ford or Sean Hoy via email for further inquiries.
    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.
    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.