Range West Linen and Supply Service
ID: H9224025QE006Type: Presolicitation
Overview

Buyer

DEPT OF DEFENSEUS SPECIAL OPERATIONS COMMAND (USSOCOM)NAVAL SPECIAL WARFARE COMMANDSAN DIEGO, CA, 92155-5583, USA

NAICS

Linen Supply (812331)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)
Timeline
    Description

    The Department of Defense, through the Naval Special Warfare Command (NSWC), is seeking qualified vendors to provide weekly linen and supply services for three training facilities located in California: Camp Billy Machen, Camp Morena, and Camp Michael Monsoor. The contract will be structured as a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) agreement, with a five-year ordering period, focusing on the delivery, pick-up, and sanitization of linens and sanitation supplies to maintain hygiene and cleanliness standards across the facilities. This procurement is particularly significant as it aims to engage Women-Owned Small Businesses (WOSB) and emphasizes compliance with federal regulations and performance standards. Interested parties should contact Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil, with proposals due by June 13, 2025, and a contract value estimated between $500 and $750,000 over the contract duration.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirement for weekly linen and supply services at three Naval Special Warfare Command (NSWCEN) training facilities: Camp Billy Machen, Camp Morena, and Camp Michael Monsoor. The primary objective is efficient delivery, pick-up, and sanitization of linens and supplies, ensuring compliance with industry standards of cleanliness and hygiene. The Contractor must provide all necessary personnel, equipment, and transportation services while adhering to a specified weekly schedule. Key service provisions include cleaning, folding, and tracking linens, alongside the provision of specific items like thermal blankets and various mats. The Contractor is responsible for maintaining quality control through regular inspections and ensuring all provided services meet contract requirements. A defined five-year ordering period is established for these services, with the performance subject to government oversight and evaluation. The document emphasizes the importance of a quality assurance plan, specifying the Contractor's accountability for addressing any service discrepancies. Overall, this PWS serves as a structured guide for procuring essential linen and supply services for the NSWCEN facilities.
    The document appears to contain disorganized and fragmented data, which likely belong to various government RFPs (Requests for Proposals) and grants at federal, state, and local levels. Its main focus seems to address funding opportunities for initiatives aimed at improving or addressing specific community needs or projects. Key topics may include proposals related to infrastructure development, environmental assessments, and community services, though many sections are unintelligible due to extensive corruption and unreadable characters. In the context of government RFPs and grants, the document likely underscores the importance of adhering to protocols and frameworks necessary for securing funding and executing projects in compliance with federal and state regulations. Such grants may support local agencies in promoting public welfare through development initiatives, health services, or environmental safety measures. Overall, despite the file’s issues with readability, it can be inferred that it serves as a source of potential funding and operational directives for various government-related projects, aiming to facilitate better governance and community improvement.
    The document outlines the ELIN Price List for linen services over a five-year contract period, starting from the date of award. It includes pricing for various linen and cleaning service items, with quantities specified as estimates for three locations. The items listed include pillow cases, sheets, thermal blankets, towels, and various cleaning mats and systems, all detailed in a structured table format with unit prices to be filled in by the offerors. Key elements include the contract duration segments—Year 1 to Year 5—along with specific item codes and descriptions. The pricing structure mandates that costs be determined at the order level upon issuance. The overall purpose of the document aligns with government RFP processes, indicating a formal bidding opportunity for vendors to supply these essential services while adhering to federal procurement guidelines. The intent is to secure competitive pricing and a reliable supply chain for necessary linen and cleaning solutions over the designated contract period.
    The document discusses federal and state procurement opportunities, including Requests for Proposals (RFPs) and grants. It emphasizes the government's commitment to enhancing public services and infrastructure through competitive bidding processes. Key points include the allocation of funding for various projects aimed at economic development, environmental improvements, and community welfare. Additionally, it highlights the importance of compliance with federal regulations and standards during project execution. Entities interested in applying for grants or contracts are encouraged to review requirements carefully and engage in the bidding process to enhance their chances of success. The tone reflects a structured approach to ensuring transparency and fairness in government procurement, fostering innovation and efficiency in public service delivery. Overall, it serves as a resource for potential bidders seeking to understand the landscape of government funding and support.
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract, specifically an Indefinite Delivery Indefinite Quantity (IDIQ) contract for laundry and supply services required by the Naval Special Warfare Command. The contract has a minimum obligated value of $500 and a maximum of $750,000 over five years. Services include weekly linen provision and maintenance across multiple facilities, emphasizing compliance with specified performance standards. Key elements include the contract's administration details, payment structure through the Wide Area Workflow system, and stipulations regarding contractor qualifications, including adherence to federal regulations and certifications for diverse business ownership categories. Contractors must also follow guidelines related to federal acquisition clauses, particularly concerning labor standards, insurance requirements, and representations regarding telecommunications equipment. The document thoroughly specifies delivery, inspection, acceptance procedures, as well as essential clauses that contractors must comply with, ensuring accountability and regulatory adherence. This solicitation highlights the government's effort to engage women-owned small businesses in fulfilling its service needs while promoting compliance with broader federal contracting guidelines.
    The document outlines requests for information (RFI) related to services and supplies for three military camps: Camp Billy Machen, Camp Michael Monsoor, and Camp Morena. Key inquiries include the ownership and laundering frequency of thermal blankets and other linens, the maintenance schedule for fly control systems, and specifics about sanitation products. Each camp's requirements vary, primarily focusing on whether materials must be supplied by vendors or if they are already government-owned. Responses indicate that items like mats and sanitation products are vendor-owned and that cleaning processes differ based on camp protocols. Notably, the estimated weight of laundry needing cleaning is subject to user numbers and not fixed, with a typical turnaround time for linen requests expected within 4-5 business days. The purpose of this document is to gather essential information to guide the procurement process for these camps, reflecting the need for clarity in vendor responsibilities and operational requirements for effective service delivery.
    Lifecycle
    Title
    Type
    Similar Opportunities
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for Economically Disadvantaged Women-Owned Small Businesses (EDWOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with a potential extension of 36 months, and the estimated maximum value for all contracts combined is $49 million, with task orders ranging from $2,000 to $1 million. Interested contractors should contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676, and are encouraged to register on the relevant government websites as the solicitation will be available only in electronic format around May 5, 2025.
    IDIQ JOC FOR GENERAL CONSTRUCTION PROJECTS AT GOVERNMENT INSTALLATIONS WITHIN NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND SOUTHWEST THE METROPOLITAN SAN DIEGO (NAVAL BASES SAN DIEGO, POINT LOMA, CORONADO AND MARINE CORPS AIR STATION (MCAS) MIRAMAR, CALIF
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command Southwest, is seeking proposals for an Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contract (JOC) for general construction projects at various government installations in the metropolitan San Diego area, including Naval Bases San Diego, Point Loma, Coronado, and Marine Corps Air Station Miramar. This procurement is specifically set aside for SBA Certified Women-Owned Small Businesses (WOSB) and aims to award one contract based on the best value source selection process, focusing on factors such as project management capability, experience, past performance, safety, and price. The contract will have a performance period of 24 months with two optional extensions, a total maximum value of $99 million, and task orders ranging from $2,000 to $1 million, with a minimum guarantee of $5,000. Interested contractors must ensure their registration in the System for Award Management (SAM) and monitor the specified websites for the Request for Proposal, which is expected to be posted around May 5, 2025. For further inquiries, contact Heather Race at heather.l.race.civ@us.navy.mil or (619) 705-4676.
    Custodial Services for MO024
    Dept Of Defense
    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), with the exception of government-furnished items. This procurement is crucial for maintaining cleanliness and hygiene standards within the facility, ensuring a safe and functional environment. Interested vendors, particularly those classified as 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, with the contract period starting on January 1, 2026, and extending through four optional 12-month periods.
    PNSY-Sanitary Tank Cleaning
    Dept Of Defense
    The Department of Defense, through the Portsmouth Naval Shipyard, is seeking quotes for the cleaning and sanitizing of sanitary tanks aboard a U.S. submarine while it is in dry dock in Kittery, Maine. The procurement requires compliance with specific cleanliness standards (SSPC-SP 1), the use of sodium hypochlorite for sanitization, and bacteriological testing for E. coli or enterococci, emphasizing the importance of maintaining high hygiene standards in submarine maintenance. This total small business set-aside contract has a performance period from March 3, 2026, to June 2, 2026, with proposals due by December 29, 2025. Interested contractors must be U.S.-owned, provide U.S. citizen personnel, and be registered in SAM.gov; inquiries can be directed to William LeDuc III at william.v.leduciii.civ@us.navy.mil or by phone at 207-994-4935.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    INDEFINITE DELIVERY INDEFINITE QUANTITY UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT FOR NEW CONSTRUCTION, RENOVATION, AND REPAIR OF COMMERCIAL AND INSTITUTIONAL FACILITIES USING ALTERNATIVE CONSTRUCTION METHODS (ACM) AT VARIOUS GOVERNMENT INSTALLATI
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVFACSYSCOM Southwest, is seeking contractors for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Construction Contract focused on new construction, renovation, and repair of commercial and institutional facilities using Alternative Construction Methods (ACM) across various government installations in California, Arizona, Nevada, Utah, Colorado, and New Mexico. This procurement aims to award approximately eight contracts through a two-phase design-build selection procedure, emphasizing technical approach, experience, past performance, safety, and price, with a total estimated value exceeding $2.5 billion. The contract period spans two years with an option for an additional three years, and task orders will range from $15 million to $250 million, with a minimum guarantee of $5,000 for each awardee. Interested contractors should contact Shane Mahelona at shane.k.mahelona.civ@us.navy.mil or 619-705-4631, and must monitor the SAM website for the solicitation, expected to be posted on or about July 16, 2025.
    Shuttle Services BPA
    Dept Of Defense
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division (NSWCCD), is seeking proposals for shuttle services under a Blanket Purchase Agreement (BPA) set aside for women-owned small businesses. The procurement aims to establish a five-year contract, with a maximum value of $5,000,000, to provide transportation services for employees within a 50-mile radius of the Carderock Division Headquarters in West Bethesda, Maryland, from January 1, 2026, to January 1, 2031. The contractor will be responsible for supplying a 15-passenger vehicle, a licensed and uniformed driver, fuel, maintenance, and necessary operating supplies, while adhering to specific safety and reporting requirements. Interested vendors must submit their quotes by December 15, 2025, at 12 PM EST, to Steven Besanko at steven.besanko@navy.mil, and will be evaluated based on a lowest price technically acceptable (LPTA) basis without discussions.
    Career Transition Seminar
    Dept Of Defense
    The Naval Special Warfare Command (CNSWC) of the Department of Defense is seeking contractor support for Career Transition Seminars aimed at assisting senior military service members transitioning to civilian careers. The contractor will be responsible for developing and delivering four annual three-day seminars, each accommodating at least 14 service members and optional spouses, focusing on essential skills such as resume building, networking, and interview techniques. This initiative is crucial for facilitating the successful transition of military personnel into civilian roles, ensuring they are equipped with the necessary tools and knowledge. Interested parties should note that the contract is a firm-fixed-price, indefinite-quantity agreement with a five-year performance period, and must submit their proposals by the specified deadlines, with contact inquiries directed to Ashley Helvak-Leslie at ashley.n.helvak-leslie.civ@socom.mil or Kristen Lawrence at kristen.k.lawrence.civ@socom.mil.
    Maritime Operations Center (MOC) Support Services
    Dept Of Defense
    The Department of Defense, through the Department of the Navy's NAVSUP Fleet Logistics Center Norfolk, is soliciting proposals for Maritime Operations Center (MOC) Support Services. The primary objective of this procurement is to provide a comprehensive range of technical services aimed at enhancing warfighting capabilities and addressing operational gaps within the MOC framework, which is critical for effective command and control of naval operations. This solicitation is intended for a sole source contract, with a performance period spanning four months, and requires offerors to possess a current Top Secret facilities clearance. Interested parties should direct inquiries to Mary Taylor at mary.a.taylor263.civ@us.navy.mil or Jacob Gephart at jacob.n.gephart.civ@us.navy.mil, with proposals due by December 15, 2025, at 10:00 AM.