Awarded ContractSources Sought

Laundry and Dry Cleaning Services

DEPT OF DEFENSE W911SG
Total Obligated
$9,381,839
SAM.gov
Current Recipient
PYROCOM SYSTEMS INC El Paso TX 79901 USA
Sep 22, 2025
Set-Aside
Full & Open
Notice Type
Sources Sought

Contract Opportunity Analysis

The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Bliss, Texas, is seeking qualified contractors to provide Laundry and Dry Cleaning Services. This procurement aims to identify parties capable of delivering comprehensive laundry and dry-cleaning operations, including pick-up and delivery, while adhering to Army regulations and maintaining high standards of hygiene and property accountability. The services are crucial for supporting military readiness and will be performed on-site at Fort Bliss, with an anticipated contract period from September 2026 to September 2031, including four option years. Interested parties must submit a capabilities statement by April 2, 2026, detailing their experience and ability to meet the requirements, and can contact Tiffany Salone at tiffany.a.salone.mil@army.mil or Melissa Garcia at melissa.e.garciaronquillo.civ@army.mil for further information.

Classification Codes

NAICS Code
812320
Drycleaning and Laundry Services (except Coin-Operated)
PSC Code
S209
HOUSEKEEPING- LAUNDRY/DRYCLEANING

Solicitation Documents

13 Files
PWS LDC (Fort Bliss)_Draft.pdf
PDF711 KBMar 16, 2026
AI Summary
This Performance Work Statement outlines the requirements for Laundry and Dry Cleaning (L&DC) services at Fort Bliss, Texas, provided by the Army Sustainment Command (ASC). The contractor will manage L&DC operations, including drop-off, pick-up, washing, drying, packaging, and dry-cleaning of government-owned items like fabrics, textiles, garments, linens, and Organizational Clothing and Individual Equipment (OCIE). The contract is a Firm Fixed Price per piece/item with an Indefinite Delivery and Indefinite Quantity (IDIQ). Key responsibilities include maintaining accountability, adhering to regulations like AR 210-130, using bio-based cleaning products, and repairing/replacing damaged items. The contractor must also comply with security, safety, and environmental regulations, including various training requirements (Antiterrorism, iWatch, OPSEC, TARP, CTIP) for personnel. The contractor is responsible for quality control, while the government will perform quality assurance. The document details administrative aspects, roles of the Contracting Officer and Representative, and outlines attachments for performance, deliverables, and other technical exhibits.
Solicitation - W911SG25QA027 1_1AD Latrine and HWS Service_Final.pdf
PDF2820 KBMar 28, 2025
AI Summary
The document is a solicitation for commercial products and services targeted at women-owned small businesses (WOSBs) for the provision of portable latrines and handwashing services to the 1st Armored Division, with a focus on supporting their training activities. The contract, identified as W911SG25QA027, is for a total amount of $9,000,000, with a performance period from April 4 to June 28, 2025. The contractor is responsible for delivering and maintaining 674 portable latrines and 263 handwashing stations at specified military locations, ensuring compliance with outlined requirements and performance work statements (PWS). Key elements of the document include a detailed schedule of supplies/services, quantities, and locations, alongside provisions regarding inspection, acceptance, and delivery. Several Federal Acquisition Regulation (FAR) clauses are referenced, establishing pertinent compliance and operational standards especially relating to small business subcontracts. Its intention is to solicit offers from qualified small businesses with a commitment to diversity, aligning with governmental initiatives favoring WOSBs while addressing the logistical needs of military training operations.
PWS 1-1AD Q3 Latrine Support.docx
Word115 KBMar 28, 2025
AI Summary
The Performance Work Statement (PWS) outlines a non-personal service contract for the provision of Portable Latrines and Hand Wash Stations from April 4 to June 28, 2025, supporting the 1st Armored Brigade Combat Team at Fort Bliss, Texas. The contractor is responsible for delivering, servicing, and relocating a total of 674 portable latrines and 263 hand wash stations, with weekly cleaning scheduled three times a week. The contract emphasizes maintaining hygiene standards in line with military regulations while allowing for operational flexibility, such as relocating units based on training needs with 48 hours' notice. The contractor must implement a Quality Control Plan to ensure compliance with specified performance standards and maintain operational readiness. The contract also includes security requirements, personnel background checks, and adherence to federal safety standards. Regular surveillance and quality assurance measures will assess the contractor's performance. Notably, the government retains the right to modify service quantities and contract timelines due to mission changes, underscoring the contract's adaptability to evolving operational demands. Compliance with all relevant regulations assures that the services align with government and military standards throughout the contract duration.
Vendor Latrine and HWS SVC Questions.docx
Word15 KBMar 28, 2025
AI Summary
The document outlines the specifications and requirements for a new contract concerning vendor latrine and handwashing services at a military base. It confirms that there is no incumbent provider and states that vendors must ensure drivers register for guest passes and clear security checks to access the base. The document notes that there is no on-site wastewater dumping area, and vendors will need to coordinate with El Paso Water Utilities for waste disposal. Additionally, as there is no on-site dumping facility, associated fees are not applicable. This information is crucial for potential vendors to understand the operational and regulatory context of the contract, guiding their proposals in compliance with base access protocols and waste management requirements.
Sources-Sought-Amendment- (Laundry and Dry Cleaning Service) 1.pdf
PDF174 KBMar 16, 2026
AI Summary
The Mission and Installation Contracting Command – Fort Bliss is conducting market research through a Sources Sought notice for Laundry and Dry Cleaning Services. This is not a request for proposal but aims to identify interested parties with the resources and capabilities to provide these services. The requirement is for off-site, non-personnel services at Fort Bliss, Texas, focusing on maintaining readiness, hygiene, and property accountability. Contractors must demonstrate the ability to operate full-service laundry and dry-cleaning operations, manage distribution and collection points, execute pick-up/delivery, and maintain continuity of operations. Key capabilities include compliance with Army regulations (AR 710-2, AR 710-4, AR 210-130), utilization of accountability tracking systems (including the Army Post Laundry Program), CAC-enabled systems, and the ability to process various textile items within a five-business-day turnaround. The use of bio-based products, adherence to environmental standards, and proper personnel training are also required. The anticipated period of performance is from September 2026 to September 2027, with four option years, under a Firm-Fixed Price contract. The NAICS code is 812320 ($8.0M small business size standard). Interested parties must submit a capabilities statement by March 17, 2026, detailing their experience, technical skills, ability to perform at least 50% of the work (if a small business), and business status.
PWS Attachment 8 - Pickup-Delivery Schedule.xlsx
Excel18 KBMar 16, 2026
AI Summary
The provided schedule outlines appointments for Tuesday, including USAG-MOB/DEMOB at 8:30, Japanese Self Defense Force (JSDF) at 9:30, and MDA/KSA at 10:30. These appointments are subject to change based on mission requirements. The contractor is responsible for picking up and returning items in accordance with customer appointments during normal business hours of 08:00-12:00 on Tuesday, excluding federal holidays or government facility closures. Key locations include Building 1009 Chaffee Road, Fort Bliss, TX 79916, and Building 1093, with some locations marked as
Pricing Sheet.xlsx
Excel25 KBMar 16, 2026
AI Summary
This document outlines various items and services for government procurement, primarily focusing on laundry, specialty items, chaplain vestments, ceremonial uniforms, and specific supplies for the Japanese Defense Force and the Missile Defense Agency-KSA. The laundry section includes general linen, deceased military personnel clothing, and sleeping systems for TRADOC installations. Chaplain vestments encompass albs, robes, chasubles, and altar dressings. Ceremonial uniforms are for military funerals or presidential inaugurations, featuring Class A attire and white gloves. Other items include draperies, flags, and organizational colors. Specialty items cover cook's attire. The Japanese Defense Force and Missile Defense Agency-KSA sections detail specific bedding, clothing, and towels. The document also includes estimated quantities, unit of measure, and costs per unit for base ordering year and subsequent ordering periods, categorizing costs as ASC Funded or Direct Funded Customer.
Technical Exhibit - C - Employee Information.xlsx
Excel29 KBMar 16, 2026
AI Summary
The provided document outlines personnel management and training records for an organization, likely within a government or federally-funded context, given the nature of the file. It details sections for both 'Installation Personnel' and 'Plant Personnel,' including employee names, positions, hire dates, separation dates, and contact information, as well as pass issue and expiration dates for installation personnel. The document also includes a 'Training' section, which tracks employee completion of various mandatory courses such as AT Level 1, OPSEC, TARP, iWatch, and Combating Trafficking in Persons. This structure indicates a focus on maintaining up-to-date records for workforce deployment, security, and compliance with essential training requirements. The inclusion of separation dates and notes further suggests a comprehensive approach to personnel lifecycle management.
Technical Exhibit - A - Workload Data Tracker.xlsx
Excel112 KBMar 16, 2026
AI Summary
The file outlines three Contract Line Items (CLINs) for various services and supplies, presented as tables with columns for "Item," "Price," "Total Cost," and "Total Piece." CLIN 1 covers "Combined Totals Linen," CLIN 2 addresses "Combined Totals Sleeping Systems/COSIS," and CLIN 3 details "Combined Totals Dry Cleaning." Each CLIN lists specific items with all financial and quantity fields marked as zero, indicating that this document is likely a template or a placeholder for future pricing and quantity information. A recurring note states, "Subject to change per mission requirements," emphasizing the preliminary nature of these lists and their adaptability based on operational needs. The document appears to be a component of a government procurement or contracting process, designed to categorize and define potential line items for services or supplies, awaiting specific pricing and quantity details.
PWS Attachment 3 - Linen Specifications.docx
Word28 KBMar 16, 2026
AI Summary
This document, Attachment 3, details the line specifications for various linens and bedding items for federal government RFPs. It outlines specific requirements for Single XL linens, pillows, pillowcases, flat sheets, and both wool and fleece blankets. Key specifications include dimensions, material composition (e.g., 70% polyester/30% Tencel fill for pillows, 60% cotton with polyester blend for pillowcases and sheets), thread count, weave type, color, and special properties like antimicrobial ticking, wipeability, flame retardancy, shrink resistance, and suitability for industrial laundering. Care labels are also a recurring requirement. The document emphasizes precise manufacturing and material standards to ensure durability, hygiene, and comfort, crucial for bulk procurement in government facilities.
PWS Attachment 6 - List of Items.xlsx
Excel15 KBMar 16, 2026
AI Summary
This document outlines a comprehensive list of items requiring laundry and dry-cleaning services, likely for a government contract or RFP. It categorizes items into general linen (sheets, blankets, pillows), sleeping systems (for TRADOC installations only), specialty items for DFACs (towels, aprons, uniforms), clothing for deceased military personnel, general use items (towels, shirts, trousers), and dry-cleaning specific items. The dry-cleaning category further includes chaplain vestments, various draperies, flags, organizational colors, and specific ceremonial uniforms for military funerals or presidential inaugurations. The document details the specific types of items within each category, indicating a broad scope of textile maintenance needs for various government and military operations.
PWS Attachment 2 - Deliverable Schedule and Formats - Fort Bliss.xlsx
Excel25 KBMar 16, 2026
AI Summary
This document outlines the deliverable requirements for a government contract, specifying frequencies, media/formats, and responsible parties for various items. Key deliverables include daily laundry tickets, weekly workload data, rework trackers, damaged/lost item trackers, and pickup/delivery schedules, all primarily submitted electronically in Microsoft Excel. Monthly submissions include contractor dress code, customer contact information, and employee information. Quarterly performance management reviews are required in Microsoft PowerPoint. Critical one-time or award-time deliverables include the organizational chart, customer complaint logs, training program plans, and various training records (Antiterrorism, iWatch, OPSEC, TARP), mostly in Microsoft Excel. Additionally, the contractor must submit Quality Control Plans and their modifications in Microsoft Word. CAC access procedures are also detailed. The document emphasizes electronic submissions and adherence to specific technical exhibits for formatting.
Sources-Sought-Technical-Description-Services- (Laundry and Dry Cleaning Service) 1.pdf
PDF159 KBMar 16, 2026
AI Summary
The Mission and Installation Contracting Command – Fort Bliss is conducting market research through a Sources Sought synopsis for Laundry and Dry Cleaning Services. This is an informational notice, not a request for proposal, to identify interested parties and their capabilities. The services will be 100% on-site at Fort Bliss, Texas, and are essential for maintaining readiness and hygiene. Contractors must demonstrate the ability to operate full-service L&DC, manage distribution points, execute pick-up/delivery, and maintain operations during emergencies, all while complying with Army regulations and environmental standards. Key requirements include an accountability tracking system, use of the Army Post Laundry Program, CAC-enabled system utilization, and the ability to process various textile items within five business days using bio-based products. The estimated performance period is from September 2026 to September 2031, with four-year option periods. The NAICS code is 812320, and businesses of all sizes are encouraged to respond by April 2, 2026, with a capabilities statement addressing past performance, management experience, technical skills, and business status.

Related Contract Opportunities

Project Timeline

postedOriginal Solicitation PostedMar 27, 2025
amendedAmendment #1Mar 28, 2025
amendedAmendment #2· Description UpdatedJun 9, 2025
amendedAmendment #3· Description UpdatedJun 24, 2025
amendedAmendment #4· Description UpdatedJun 30, 2025
amendedAmendment #5· Description UpdatedJul 1, 2025
amendedAmendment #6Mar 13, 2026
amendedLatest AmendmentMar 16, 2026
deadlineResponse DeadlineApr 2, 2026
awardAwarded to PYROCOM SYSTEMS INC El Paso TX 79901 USASep 22, 2025
awardAwarded to CRITICAL CONTINGENCY SOLUTIONS LLC Wimberley TX 78676 USAApr 2, 2025
awardAwarded to TEXAS GLOBAL DISTRIBUTION LLC Cypress TX 77429 USAJan 30, 2025
awardAwarded to MJ GLOBAL LLC Kailua Kona HI 96740 USAJan 28, 2025
awardAwarded to ALTA VIA CONSTRUCTION, LLC. Albuquerque NM 87105 USASep 27, 2024
awardAwarded to ALTA VIA CONSTRUCTION, LLC. Albuquerque NM 87105 USASep 27, 2024
expiryArchive DateApr 17, 2026

Agency Information

Department
DEPT OF DEFENSE
Sub-Tier
DEPT OF THE ARMY
Office
W6QM MICC-FT BLISS

Point of Contact

Name
Tiffany Salone

Place of Performance

Fort Bliss, Texas, UNITED STATES

Official Sources