3BDE Waynesville Laundry (B+4)
ID: W9124D-25-Q-A283Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, 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 Defense, through the Department of the Army, is soliciting proposals for laundry, dry cleaning, and alteration services for the Waynesville High School Junior Reserve Officer Training Corps (JROTC) uniforms. The contractor will be responsible for providing non-personal services, including the cleaning and alteration of Army Combat Uniforms (ACU), Physical Fitness Uniforms (APFU), and Army Service/Dress Uniforms (ASU), with a focus on maintaining accountability and adhering to Army regulations. This contract is significant for ensuring the proper maintenance of uniforms essential for the JROTC program and is set aside for small businesses, with a maximum award amount of $8 million over a base year and four option years, running from August 2025 to August 2030. Interested parties should contact Jazlyne T. Barnes at jazlyne.t.barnes.civ@army.mil or 502-624-1276 for further details, with proposals due by August 7, 2025.

    Point(s) of Contact
    Files
    Title
    Posted
    The 3BDE Waynesville Laundry Schedule outlines a comprehensive plan for laundry, dry cleaning, and alteration services for Army Service Uniforms (ASU) and Army Combat Uniforms (ACU) over a base year and four option years, from August 2025 to July 2030. Each year details estimated quantities for dry cleaning services, including ASU coats, slacks/trousers/skirts, windbreakers, neckties, and berets. Laundered items cover ASU dress shirts/blouses, ACU blouses/coats, ACU trousers, ACU caps, and undershirts. Additionally, the schedule includes estimated quantities for major alterations (waist adjustments for ASU trousers/slacks/skirts and coats) and minor alterations (hemming, sleeve adjustments, button replacements, and zipper repairs) for both ASU and ACU items. The document provides a structured breakdown of services with estimated quantities per unit for each category across the entire five-year period.
    The Performance Work Statement (PWS) outlines a non-personal service contract for laundry, dry cleaning, and alteration/repair services for the Waynesville High School Junior Reserve Officer Training Corps (JROTC) program. The contract spans a base year from August 1, 2025, to July 31, 2026, with four one-year option periods. The Contractor is responsible for providing all necessary personnel, equipment, supplies, and transportation for cleaning and altering Army Combat Uniforms (ACU), Physical Fitness Uniforms (APFU), and Army Service/Dress Uniforms (ASU) according to label instructions and Army regulations. Key objectives include maintaining accountability of items, a seven-day turnaround time for most services (30 days for bulk end-of-school-year uniform turn-in), and adherence to quality control and assurance plans. The contractor must coordinate pick-up and delivery within specified hours, perform services at their own facility, and operate within 125 miles of Waynesville High School. The contract is a Firm-Fixed Price/Level of Effort type, with the government providing buttons for repairs and being exempt from sales taxes. The document also defines key terms and acronyms, outlines government-furnished materials, and lists applicable publications and technical exhibits for performance requirements and estimated workload.
    This Performance Work Statement (PWS) outlines a non-personal service contract for laundry, dry cleaning, and alteration/repair services for Waynesville High School Junior Reserve Officer Training Corps (JROTC) uniforms. The contract covers Army Combat Uniforms (ACU), Physical Fitness Uniform (APFU), and Army Service/Dress Uniform (ASU) for a base period and four option years (August 2025 to August 2030). The contractor must provide all necessary personnel, equipment, and supplies, adhering to specific standards for laundering, dry cleaning, and alterations as per Army regulations. Key requirements include a seven-day turnaround for most services (30 days for bulk end-of-year turn-in), maintaining accountability of uniforms, and correcting deficiencies at no extra cost. The contractor will also provide a tailor for fitting first-year students. The Government will provide buttons for repairs and is exempt from sales taxes. The contract is a Firm-Fixed Price / Level of Effort type, with performance monitored via a Quality Assurance Surveillance Plan.
    The document outlines a Request for Proposal (RFP) for laundry services in Waynesville, covering a base year and four option years for the U.S. Army. The contract includes provisions for dry cleaning, laundering, and alterations/repair of various Army uniforms. The base year is set from August 1, 2025, to July 31, 2026, with specified quantities for each item, such as Army Service Uniform (ASU) coats, trousers, windbreakers, and other garments. The RFP delineates terms for alterations including major and minor adjustments. Each year’s requirements are repeated, indicating continuity in services, suggesting consistency in uniform care for military personnel. The document emphasizes adherence to military standards and the necessity for vendors to provide pricing for specified quantities of items, ensuring clear budget expectations. The structure is organized into separate sections for dry cleaning, laundering, and repair services, allowing potential bidders to comprehend the scope of the work required. Additionally, the file serves as a formal solicitation from the federal government to suppliers for the provision of essential services to maintain military uniforms, indicating the government's ongoing investment in the logistical support of its personnel.
    The Performance Work Statement (PWS) outlines a non-personal service contract for laundry and alteration/repair services at Waynesville High School’s Junior Reserve Officer Training Corps (JROTC) program, covering a base year plus four option years from August 2025 to July 2030. The contractor is responsible for laundering Army uniforms including the Army Combat Uniform (ACU), Army Service Uniform (ASU), and Army Physical Fitness Uniform (APFU), ensuring adherence to Department of the Army standards. Key objectives include timely pickup and delivery of uniforms, performing alterations, and maintaining accountability of items with specific service turnaround times. Quality assurance will be monitored through a Quality Assurance Surveillance Plan (QASP), and the contractor is expected to handle issues proactively. Notably, the contractor is required to provide all necessary materials and maintain sufficient workforce stability, with government furnishing only minor repair components like buttons. The PWS emphasizes adherence to existing Army regulations concerning uniform care, highlighting the need for effective communication and collaboration with the JROTC. Overall, this document serves as a detailed guide in support of a government contracting process aimed at fulfilling specific military uniform maintenance needs efficiently and reliably.
    The government file W9124D25QA283 addresses an industry question regarding service area coverage for a federal contract. A potential service provider, located in O’Fallon, MO, inquired if their location, which is slightly outside the initially specified 125-mile radius from Waynesville High School, would still be acceptable. In response, the government revised Section 1.5.5 Place of Performance in the Performance Work Statement (PWS) to extend the acceptable service radius from 125 miles to 130 miles from Waynesville High School, 400 GW Lane, Waynesville, MO 65583. This adjustment accommodates the inquiring provider and broadens the eligible service area for the contract.
    The document, W9124D25QA283, addresses industry questions regarding a federal government RFP. The first question clarifies the acceptable service area, with the answer indicating a change in the Performance Work Statement (PWS) from a 125-mile radius to a 130-mile radius from Waynesville High School, allowing a service location in O’Fallon, MO, which is 125-127 miles away, to be considered. The second question inquires about the project's incumbent. The response identifies Robinson's Cleaners as the incumbent for this requirement under award number W9124D21P0090.
    This document is an amendment to a solicitation/modification of a contract, specifically Standard Form 30 (SF 30), which details changes to the Period of Performance (POP) and scope of work for a contract. The POP for the contract, identified as W9124D25QA283, has been adjusted to begin on August 18 and end on August 17 annually, instead of August 1 and July 31. Additionally, the work performance radius from Waynesville High School has been expanded from 125 miles to 130 miles. The requirement for tailors has been modified from providing one male and one female tailor to one tailor for assisting with fittings for first-year students. The amendment also updates the list of contract documents, including changes to dates and the addition, modification, and deletion of specific documents related to wage determinations and the Performance Work Statement (PWS). The document provides instructions for acknowledging the amendment and notes that all other terms and conditions of the original document remain unchanged.
    This government solicitation, W9124D25QA283, issued by W9124D W6QM MICC-FT KNOX, is a Request for Proposal (RFP) specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The solicitation, with an issue date of July 24, 2025, and an offer due date of August 7, 2025, at 11:00 AM, seeks non-personal services for the 3BDE Waynesville HS JROTC Program. The services include dry cleaning, laundry, and alteration/repair of various uniform items such as ASU coats, slacks, windbreakers, neckties, berets, ACU shirts, blouses, trousers, caps, and undershirts. Alteration services also cover waist and length adjustments, sleeve alterations, button replacements, and zipper repairs. The contract has a maximum total award amount of $8,000,000.00 and falls under NAICS code 812320 (Dry Cleaning and Laundry Services). Inspection and acceptance of services will occur at W0MT HQ ELEMENT USA CADET CMD, Fort Knox, KY.
    This document, Wage Determination No.: 2015-5093 Revision No.: 28, issued by the U.S. Department of Labor, outlines the minimum wage rates and fringe benefits for service contract workers in specific Missouri counties. It details hourly wages for numerous occupations across various fields, including administrative, automotive, health, and IT, and specifies different minimum wage requirements based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) depending on the contract award or renewal date. The document also mandates paid sick leave under Executive Order 13706, provides guidelines for health & welfare, vacation, and holiday benefits, and addresses special provisions for computer employees, air traffic controllers, and hazardous duty pay. A conformance process for unlisted occupations is detailed, requiring contractors to propose classifications and rates for Department of Labor approval.
    The document outlines a solicitation for services related to dry cleaning and alteration of uniforms for the 3BDE Waynesville High School JROTC Program in Fort Knox, Kentucky. The total award amount for this contract is set at USD 8,000,000. The solicitation includes a structured listing of various services required, which encompasses dry cleaning for uniforms such as ASU coats, slacks, and trousers, as well as laundry services for other items like ACU shirts and caps. Each service is detailed with specific quantities, unit pricing, and corresponding product service codes (PSC) under a firm fixed pricing arrangement. The contractor is expected to fulfill non-personal services, including pickup and delivery of uniforms, and adaptations or repairs (termed as alterations). All inspections and acceptance processes will take place at designated locations within Fort Knox, following a stated Performance Work Statement. The document serves as an official request for proposals (RFP) aimed at women-owned small businesses, demonstrating a commitment to inclusive contracting practices. This reflects broader governmental efforts to enhance procurement transparency and support minority-owned enterprises.
    The document outlines wage determinations under the Service Contract Act, specifically focusing on wage rates for various occupations in Missouri. It specifies that contracts subject to this Act must comply with minimum wage requirements established by Executive Orders 14026 and 13658, with the higher rate prevailing. For contracts awarded on or after January 30, 2022, a minimum wage of $17.75 per hour applies, while contracts awarded between January 1, 2015, and January 29, 2022, maintain a minimum of $13.30 per hour if not subsequently renewed. Included is a detailed list of occupational wage rates, categorized by job types in administrative support, automotive service, food preparation, and more, along with corresponding fringe benefits, including health, welfare, and vacation time. The document emphasizes various legal provisions regarding employees' rights and benefits under the Service Contract Act, including paid sick leave. Additionally, it notes compliance requirements for contractors to classify unlisted employees and outlines a conformance process for wage rates. The purpose of this document is to ensure fair compensation and protection for workers on federal contracts within the specified jurisdictions, contributing to equitable labor standards in the public sector.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Female Coat & Trousers, IHWCU, OCP
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is soliciting proposals for the procurement of Female Improved Hot Weather Combat Uniform (IHWCU) Coats and Trousers in Operational Camouflage Pattern (OCP). This solicitation, identified as SPE1C1-25-R-0078, includes two distinct lots: Lot 1 is a Total Small Business Set-Aside for both items, while Lot 2 is specifically set aside for Historically Underutilized Business Zone (HUBZone) Small Business concerns for the coats. The uniforms are critical for military personnel operating in hot weather environments, ensuring comfort and functionality while adhering to strict quality and technical specifications. Interested offerors must submit proposals and Product Demonstration Models via the DLA Internet Bid Board System (DIBBS) by December 8, 2025, at 3:00 PM EST, and can contact Marissa Sacca or Maria Silvester for further information.
    63rd DPW CUSTODIAL SERVICES, TYLER, TEXAS - TX196
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide custodial services at the Armed Forces Reserve Center (ARFC) TX196 located in Tyler, Texas. This procurement involves a non-personal services contract with a base period starting from January 1, 2026, to December 31, 2026, along with four optional twelve-month periods and a six-month option to extend services. The custodial services are crucial for maintaining cleanliness and hygiene standards at the facility, ensuring a safe and functional environment for military personnel. Interested parties should note that the solicitation close date has been extended to December 10, 2025, and can reach out to Jeremy Berlin at jeremy.l.berlin.civ@army.mil or by phone at 520-706-2496 for further details.
    Custodial Services for MO024
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide custodial services for the MO024 facility at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform janitorial services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This procurement is critical for maintaining cleanliness and hygiene standards within the facility, with a contract period starting on January 1, 2026, and including four optional 12-month extensions and a potential six-month service extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or call 502-898-5535 for further details.
    Troop Appliance Maintenance and Repair (TAMR)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM) in Washington. This non-personal services contract requires the contractor to provide periodic maintenance and repair of appliances, installation, connection, disconnection, and cleaning of dryer ducts and vent systems for Unaccompanied Housing facilities. The contract, valued at up to $19 million, is set to run from November 1, 2025, to March 31, 2030, and is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSBC) set-aside. Interested parties must submit their proposals electronically by December 12, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    DHS-wide Uniforms III Contract
    Buyer not available
    The Department of Homeland Security (DHS) is seeking proposals for the DHS-wide Uniforms III Contract, managed by the U.S. Customs and Border Protection (CBP). This procurement aims to establish an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for the supply of uniforms and quartermaster services for approximately 135,000 DHS employees across various components, ensuring compliance with domestic sourcing requirements under the Kissell Amendment. The contract will include a base period of three years, with options for additional years, and will require offerors to submit proposals that adhere to detailed specifications outlined in the solicitation documents. Interested parties should direct their inquiries to Camilla J. Schmidt at camilla.j.schmidt@cbp.dhs.gov or Rick A. Travis at rick.a.travis@cbp.dhs.gov, with proposals due by the specified deadline.
    Agricultural Wash of Military Equipment
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide agricultural wash services for military equipment in support of the 1st Brigade Combat Team, 101st Airborne Division (Air Assault) as they prepare for deployment to the United States European Command area of responsibility. This procurement involves a firm-fixed-price purchase order utilizing Fiscal Year 2023 Operations and Maintenance, Army (OMA) funds, highlighting the importance of maintaining equipment hygiene and compliance with environmental standards during military operations. Interested parties can reach out to Angela Piekielko at angela.c.piekielko.civ@army.mil or by phone at 270-461-1012, or Ray Neblett at james.r.neblett2.civ@army.mil or 270-412-9834 for further details regarding this opportunity.
    MC & NWU APECS Trousers
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is soliciting proposals for the procurement of Marine Corps and Navy Working Uniform All-Purpose Environmental Clothing System (APECS) trousers. This solicitation, designated SPE1C1-25-R-0103, includes specific requirements for three types of trousers: Woodland Camouflage Class 1 for the Marine Corps, and Desert and Woodland Camouflage for the Navy, with strict adherence to military specifications and quality assurance standards. The trousers are critical for military personnel, providing essential environmental protection and operational functionality. Interested HUBZone small businesses must submit proposals electronically via the DLA Internet Bid Board System (DIBBS) by December 22, 2025, at 3:00 PM EST, including Product Demonstration Models and compliance with various federal regulations. For further inquiries, contact Marissa Sacca at Marissa.1.Sacca@dla.mil or Randall McArthur at RANDALL.MCARTHUR@DLA.MIL.
    Unimac UY25 Washer & Dryer
    Buyer not available
    The Department of Defense, specifically the Naval Consolidated Brig Miramar Detachment Pearl Harbor, is seeking to procure new industrial-grade laundry equipment, specifically the Unimac UY25 Washer and compatible dryer, to replace outdated models that are no longer under warranty and frequently fail. The procurement aims to enhance operational efficiency and meet environmental standards by acquiring large-capacity washers and dryers that are durable and suitable for high-frequency use in correctional facilities. The selected contractor will be responsible for providing, installing, and training staff on the new equipment, with a completion deadline set for November 1, 2025. Interested vendors can contact Ken Parker at kenneth.l.parker16.civ@us.navy.mil or Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil for further details.
    MFR Wash Rack Services
    Buyer not available
    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.
    Custodial Services TX075
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Victoria ARC located in Victoria, Texas. The procurement involves non-personal custodial services with a performance period from December 16, 2025, to December 15, 2026, which includes one base year and four option years, along with a potential six-month extension. These services are crucial for maintaining cleanliness and hygiene in government facilities, ensuring a safe and functional environment. Interested small businesses are encouraged to reach out to Amy Lewellen at amy.e.lewellen.civ@army.mil or call 520-706-0368 for further details regarding this total small business set-aside opportunity.