ASC_LRC Linen Support Services
ID: W9124C-25-R-A0001Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT JACKSONCOLUMBIA, SC, 29207-5490, 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 Mission and Installation Contracting Command at Fort Jackson, South Carolina, is soliciting proposals for laundry and linen support services under the title "ASC_LRC Linen Support Services." The procurement aims to secure a personal service contract for laundering and pressing fabrics, textiles, garments, and linens, including specified Organizational Clothing and Individual Equipment (OCIE) for both Active and Reserve Components, with a focus on maximizing operational efficiency and service quality. This contract, valued at up to $8 million, is set aside for small businesses and will be awarded as a Firm Fixed-Price contract, with a performance period from September 10, 2025, to September 9, 2030, including a one-month phase-in period. Interested parties should direct inquiries to Contracting Officer Jacqueline S. Jackson at jacqueline.s.jackson3.civ@army.mil or Contracting Specialist Antoinette Daniels at antoinette.m.daniels.civ@army.mil, and submit proposals by 12:00 PM on August 14, 2025.

    Point(s) of Contact
    Jacqueline S. JacksonContracting Officer
    (520) 669-8627
    jacqueline.s.jackson3.civ@army.mil
    Antoinette DanielsContracting Specialist
    (803) 751-4343
    antoinette.m.daniels.civ@army.mil
    Files
    Title
    Posted
    This government Performance Work Statement (PWS) outlines requirements for Laundry and Dry Cleaning (L&DC) services at Fort Jackson, South Carolina, provided by the Army Sustainment Command (ASC). The contractor will manage L&DC operations, including pickup, delivery, and processing of government-owned items like textiles, garments, linens, and Organizational Clothing and Individual Equipment (OCIE), adhering to Army regulations and health standards. Key responsibilities include maintaining accountability, ensuring timely service, and repairing or replacing damaged items. The contract is a Firm Fixed Price per piece/item with an Indefinite Delivery and Indefinite Quality (IDIQ) structure for a five-year period. The PWS also details contractor personnel requirements, training, security, safety, and quality control measures, emphasizing compliance with federal and local regulations. The government will provide initial linens but no equipment or personnel.
    The Performance Work Statement (PWS) outlines the requirements for contracted Laundry and Dry Cleaning (L&DC) services at Fort Jackson, South Carolina, as mandated by the Army Sustainment Command. The contract encompasses laundering and pressing of textiles, uniforms, and linens, ensuring compliance with Army Regulation 210-130, while prioritizing efficiency, health, and sanitation standards. The contractor is responsible for managing laundry services, maintaining accountability, and utilizing environmentally-friendly cleaning solutions. Key objectives include prompt pickup and delivery services, adherence to scheduled operations, and compliance with federal, state, and local regulations. Contractor personnel must be suitably attired, well-trained in safety protocols, and maintain a strong focus on quality control throughout the contract period, which spans five years with various ordering periods. The document stipulates strict guidelines for service quality, accountability for lost or damaged items, and an emphasis on effective communication between the contractor, the Contracting Officer, and the representative. Overall, the PWS serves to ensure that high standards of laundry and dry cleaning services are delivered effectively within military operations while safeguarding health and maintaining operational security.
    This government file outlines performance requirements and thresholds for a laundry service contract, detailing acceptable discrepancy rates for various tasks. Key areas include providing laundry services to authorized customers (2 discrepancies allowed), coordinating alternate service days during holidays (1 discrepancy), ensuring contractor personnel maintain a clean and appropriate appearance (4 discrepancies), and complying with federal, state, local, and CDC health regulations (1 discrepancy). The contractor must also use bio-based cleaning products (2 discrepancies), accurately submit deliverables (0 discrepancies), and ensure linens are clean, serviceable, folded, and bundled correctly (10 and 5 discrepancies, respectively). Other requirements cover exchanging soiled for clean items (2 discrepancies), following specific military regulations (0 discrepancies), re-laundering failed items at no cost (0 discrepancies), and cleaning specialty items (5 discrepancies). Additionally, the contractor is responsible for cleaning and bundling OCIE items (2 discrepancies each), completing most services within three business days (1 discrepancy), and providing same-day service for military funeral uniforms and deceased personnel clothing. Dry cleaning of flags and ceremonial uniforms must be wrinkle-free (5 discrepancies), and drapery cleaning is invoiced per square foot (1 discrepancy). The contractor is responsible for repairing or replacing damaged items (2 discrepancies), resolving claims for lost or damaged items within ten business days (2 discrepancies), and ensuring cleaned items are transported separately from soiled items (0 discrepancies). Vehicles must be cleaned daily with germicidal cleaner (0 discrepancies), and accountability for Government-owned items must be maintained (0 discrepancies).
    This document outlines deliverables, frequencies, and media/formats for various reports and items required under a government contract. Key deliverables include daily laundry tickets and pickup/delivery schedules; weekly workload data, rework trackers, damaged item and lost item trackers, and customer complaint logs; monthly employee information, authorized customer lists, and customer contact information; and quarterly performance management reviews. Other critical submissions include annual inventory, quality control plans and modifications, and training records for antiterrorism, iWatch, OPSEC, and TARP. Most submissions are electronic in specified Microsoft Office formats, with some hard copies. The document details who receives these deliverables (KO, COR, and/or customer) and specifies the number of copies, typically "one (1) each." This comprehensive list ensures accountability and compliance throughout the contract period.
    This government file, Attachment 3, details the line specifications for various linen items, likely for an RFP or grant related to institutional supplies. It outlines precise requirements for Single XL Linens, including pillowcases and sheets, specifying material composition (e.g., 35% polyester/65% Tencel or minimum 60% cotton with polyester blend), thread count (minimum 200), and color (white). Pillows have specific dimensions (24-27” W x 18-21” L), fill (18 oz. minimum, 70% polyester/30% Tencel or 100% polyester), ticking (minimum 70 denier nylon, antimicrobial, wipeable), and color (blue). The file also details two types of single blankets: wool and fleece. The wool blanket must be 100% wool (70% US virgin wool), olive in color, and possess properties like being tightly loom woven, minimum 3 lbs., naturally flame retardant, and suitable for industrial laundering. The fleece blanket must be 100% polyester, minimum 66” W x 90” L, weigh 2.75 lbs. each unit, and be available in beige, tan, dark gray, or navy. Both blanket types require reinforced edges, shrink resistance, non-abrasive qualities, and suitability for bulk machine washing.
    Attachment 4, titled “Hand Receipt,” details a comprehensive inventory of government-issued linen items with their corresponding quantities, costs, and total value, amounting to $211,356.70. The inventory includes essential items such as wool blankets (1,300 units at $42.60 each, totaling $55,380), single mattress covers (1,400 units at $15.66 each, totaling $21,924), feather pillows (210 units at $19.37 each, totaling $4,067.70), cotton pillowcases (10,500 units at $3.77 each, totaling $39,585), and cotton sheets (16,000 units at $5.65 each, totaling $90,400). Items like polyester fleece blankets and single mattress pads are listed without specific quantities or costs. This document likely serves as an official record for asset management within a government context, possibly for an RFP or grant, ensuring accountability and tracking of distributed or procured supplies.
    This government file details a comprehensive list of items and services required for various federal installations and programs, likely part of an RFP or grant application. The document categorizes needs into Laundry, Specialty Items, Dry Cleaning, Ceremonial Uniforms, and Other, along with specific quantities for some items. Key categories include laundry services for linen items such as blankets, pillows, sheets, and bedspreads, as well as specialty items like hot pads, towels, and various cook whites. Dry cleaning services are specified for chaplain vestments and ceremonial uniforms, particularly for military funerals and presidential inaugurations. The file also lists miscellaneous needs like draperies, flags, and organizational colors. Additionally, it outlines direct-funded customer requirements for the 218th NG, including wool blankets, cotton sheets, and pillowcases with their respective annual estimated quantities. This procurement document outlines a wide range of operational and ceremonial needs for government entities, indicating a structured approach to fulfilling diverse requirements.
    The document outlines various categories of items and services requiring specialized care or handling, likely within a government or military context, such as for solicitations or internal guidelines. Key categories include "Linen" (bedding and sleeping systems), "Specialty Items" (DFAC supplies, cook whites, garrison uniforms), "DECEASED Military Personnel" (clothing care), "Care of Supplies in Storage (COSIS) at CIF" (dry cleaning for specific items like chaplain vestments and ceremonial uniforms), and "Other" (draperies, flags, organizational colors, and specific ceremonial uniforms). The document details specific items within each category, emphasizing particular uses like "Sleeping Systems (Only for TRADOC installations)" and "Ceremonial Uniforms (Only Military Funerals or Presidental Inaugurations)," suggesting a comprehensive inventory of materials and services for official government or military operations.
    This government file lists various units and their corresponding building numbers, including military units such as A.CO. 1/34, B.CO. 1/34, and the Drill Sergeant Academy, along with their assigned building numbers like 12000, 5482, and 9574. The document also mentions the Loading Dock, Chaplin School, 369 AG BN, and 120TH AG BN with their respective building numbers. A crucial note emphasizes that authorized customers and locations are subject to change based on mission requirements. This file likely serves as a reference for facility management and resource allocation within a government or military context, providing a clear mapping of units to their designated physical locations.
    The provided document outlines a monthly schedule, likely for an operational or training program, detailing specific units, times, and days of the week for various activities. The schedule includes entries for different units such as 1/13, 2/13, 3/13, 2/60, 3/60, 1/34, 3/34, 1/61, 2/39, 3/39, and 4/39, along with named locations or programs like 369TH, CHAPLIN SCH, 120TH REC FTC, DSS (DRILL SGT SCH), and SIQ (Sick in Qtrs). The
    The document outlines the performance requirements for a laundry service contract with the government, detailing specific expectations and standards for the contractor. Key provisions include 100% inspection standards for critical deliverables and a permissible discrepancies rate for various inspection methods. The contractor is mandated to comply with various regulations and health guidelines, ensuring cleanliness and serviceability of laundered items, alongside timely deliverables. Specific guidelines dictate the condition of items upon receipt and after laundering, including proper folding, bundling, and consistent maintenance of government-owned items. The contractor must use biobased cleaning products and is responsible for the repair or replacement of items damaged during the cleaning process. Incentives and remedies for non-compliance are outlined, including corrective action reports, performance feedback, and potential contract termination. Overall, the document aims to establish clear standards for quality and accountability in laundry services provided to authorized government customers.
    This government document outlines the requirements for deliverables associated with a contract. Each deliverable includes specific deadlines, formats, and frequency for submission, aimed at ensuring compliance and effective monitoring. Key deliverables include items such as workload data trackers, training records for various programs, customer contact information, and a Quality Control Plan. These items must be submitted electronically, primarily in formats like Microsoft Excel or PowerPoint, with varying frequencies ranging from daily to quarterly, depending on the nature of the data. Additionally, the document specifies the necessary measures for managing employee training and compliance records, which are essential for maintaining operational standards. Performance Management reviews are scheduled quarterly, while other administrative records are required monthly. This structured approach is vital in the context of government RFPs, as it establishes clear expectations for contractors and ensures ongoing communication and accountability with designated government officials. Overall, these provisions underscore the government's commitment to meticulous oversight and operational efficiency in contract execution.
    The document outlines specifications for linens and blankets required for single XL beds as part of a government procurement process. Key items include pillows, pillowcases, flat sheets, and both wool and fleece blankets, each with detailed requirements. Pillows must measure 24-27” W x 18-21” L, made of specific filling materials, and feature antimicrobial ticking in blue. Pillowcases require a finished size of 30-32” W x 21-22” L, using a cotton/polyester blend, and should be white with a minimum 200 thread count. Flat sheets need to be 66” W x 102” L with similar material specifications as pillowcases. Wool blankets should be 66” W x 90” L, containing at least 70% US virgin wool, and have reinforced edges and various functional properties, including flame retardance and suitability for industrial laundering. Fleece blankets, also 66” W x 90” L, must be made of 100% polyester, with careful construction and maintenance specifications. This document serves as part of the federal RFP process, establishing standards for quality and compliance in textile products acquired by government agencies, ensuring functionality, durability, and safety in their application. Compliance with these specifications is mandatory for bidders in response to the RFP.
    The document outlines a hand receipt for government-issued linen items totaling $211,356.70. It lists various linen products, including wool and cotton blankets, mattress covers, pillows, and sheets, detailing quantities and unit costs for each item. Notably, 1,300 wool blankets cost $55,380, while 16,000 cotton sheets account for $90,400 of the total cost. Other items include mattress pads, feathers pillows, and cotton pillowcases, with specified quantities and corresponding costs. The information is structured to provide a clear breakdown of the inventory and associated financial expenditure. This file is relevant within the framework of government requests for proposals (RFPs) and grants as it highlights procurement needs for essential materials that may serve federal, state, or local projects, ensuring adequate supplies for various operational requirements.
    The document outlines a comprehensive inventory of textile and clothing items necessary for various governmental and military applications. It includes categories such as laundry products, specialty items for cooks, clothing for deceased military personnel, sleeping systems, and ceremonial uniforms. Each category lists specific items along with the estimated annual quantities required, indicating the scale of demand for these items across different sectors, including TRADOC installations and military funerals. Notably, items range from essential linens like sheets and pillowcases to specialized garments like chaplain vestments and ceremonial uniforms, reflecting diverse functional needs. The data appears organized by item type, providing clarity on the scope of requirements for federal contracts or state/local requests for proposals (RFPs) related to clothing and textiles. This structured inventory supports the government's procurement efforts for maintaining operational readiness and ceremonial functions. Additionally, it exemplifies the necessity of thorough detailing for RFP submissions and grants, ensuring compliance with federal guidelines for equipment and apparel.
    The document outlines a comprehensive list of items required for government-operated facilities, particularly related to bedding, clothing, and ceremonial uniforms. It specifies a range of items, including flat and fitted sheets, blankets (fleece and wool), mattress covers, and sleeping systems designated for TRADOC installations. In terms of clothing, the document includes various uniforms such as Garrison food service attire, Class A uniforms, and specialized items for military funerals and presidential inaugurations. Additionally, it touches on the care of clothing supplies, including dry cleaning and maintenance of chaplain vestments and organizational symbols like flags and streamers. This document serves as a procurement reference for federal and state/local RFPs aimed at acquiring essential supplies for military and government functions, ensuring that all required textiles and uniforms meet operational standards. It emphasizes the necessity of maintaining specific clothing and materials concerning both practical use and ceremonial practices, reflecting the broader context of government contracts and compliance in military procurement.
    The document provides a structured overview of various governmental units and buildings by listing unit numbers, building numbers, and their respective capacities. The focus is on multiple components, including training academies, companies (marked as A.CO, B.CO, etc.), and battalions, indicating their respective building designations and associated numbers. The document serves to facilitate logistical organization within the federal framework, detailing various authorized locations for potential activities or missions. It emphasizes that the listed locations and capacities may change based on mission requirements, underlining the adaptability of the federal operations structure. This information can be vital for budgeting, planning, or providing responses to RFPs and grant applications as it lays out the infrastructure that may be leveraged or required for government-related initiatives.
    The document outlines a monthly schedule provided by the Contracting Officer Representative (COR) detailing various time slots and activities for units during the specified periods. It includes a breakdown of weekdays and times allocated for different units, such as the 369th Chaplain School and DSS (Drill Sergeant School), occurring predominantly on weekdays (Monday to Friday), with specific sessions assigned to certain days (e.g., every Tuesday). Furthermore, it mentions Customer Drop-off/Pick-up dates, although those specifics are not fully outlined. The schedule is structured to ensure proper organization of training and related activities for military units, highlighting the effective management of time and resources. The document serves as a planning tool that assists in coordinating training sessions and resource allocation in compliance with government requirements for military operations and training programs.
    This government file outlines the Independent Government Estimate (IGE) process for federal contracts, emphasizing independent development by government personnel prior to contractor proposals. It details digital signature procedures, including strict instructions to avoid deleting previous signatures, and document routing via email. Key assumptions for estimates include a 3% inflation factor, local pricing, and historical workload data. The document provides estimated quantities for laundry and dry cleaning services over a five-year contract period, with a total estimated cost of over $14 million. It also includes calculation assistance for comparing actual versus estimated values, and a list of items covered under laundry and dry cleaning services.
    The document contains details regarding the Independent Government Estimate (IGE) for a laundry and dry cleaning service contract managed by the Logistics Readiness Center (LRC) at Fort Jackson. It outlines the signature validation process for key personnel involved in the estimate, including the Contracting Officer Representative (COR), and highlights the importance of confidentiality in handling Source Selection Information as mandated by relevant federal regulations. The IGE is based on local labor rates and projected workload requirements, using a 3% inflation factor informed by the Consumer Price Index. Estimates consider past workloads, and significant emphasis is placed on providing detailed narratives and justifications for all assumptions made in the estimation process. Economic comparisons between current and previous awards are included, showing variances in quantity and cost projections. The contract is designed with a five-year ordering period, with detailed breakdowns of cost estimates per item, categorized under laundry and dry cleaning services. The goal is to ensure accurate funding, effective service delivery, and adherence to procurement regulations, thereby facilitating a seamless operation for government facilities requiring these essential services.
    The U.S. Army Mission and Installation Contracting Command (MICC) at Fort Jackson issued a memorandum regarding solicitation W9124C25RA001 for Laundry/Linen services. The memo, dated June 24, 2025, informed prospective clients that the Question and Answer period for the solicitation concluded on June 18, 2025, and no further questions would be accepted. Additionally, no site visits would be conducted for this solicitation. For any remaining concerns, interested parties were directed to contact Jacqueline.s.jackson3.civ@army.mil. This communication serves as a final update on the solicitation process, indicating the closure of key interactive phases.
    The memorandum issued by the U.S. Army Mission and Installation Contracting Command details the conclusion of the Question and Answer period for solicitation W9124C25RA001, which pertains to a procurement opportunity for laundry and linen services. The period officially ended on June 18, 2025, and no further inquiries will be entertained. Additionally, no site visits to the facility will be conducted. Prospective clients are encouraged to direct any outstanding concerns to the designated contact. This document serves to inform potential vendors about the status of the solicitation process and formalize communication protocols related to this specific Request for Proposal (RFP). The overall purpose is to ensure clarity and finality in the solicitation process while facilitating vendor engagement in the Army's procurement efforts.
    The Performance Work Statement (PWS) outlines the requirements for contracted Laundry and Dry Cleaning (L&DC) services at Fort Jackson, South Carolina, lasting five years with an initial phase-in period. The Army Sustainment Command is responsible for these services to ensure the cleanliness and maintenance of government-owned textiles, garments, linens, and organizational clothing. Key objectives include efficient service delivery, accountability for items, and compliance with applicable regulations and standards. The contractor must provide a complete package of services, including pickup and delivery, management of laundry distribution, repair of garments, and adherence to quality standards. Specific performance task requirements include timely processing (within three business days), quality control measures, and maintaining accurate records of work performed. Safety, environmental compliance, and security protocols are emphasized throughout the document, outlining contractor responsibilities concerning employee training and access to installations. This PWS serves as a comprehensive guide for prospective contractors, detailing responsibilities, quality measures, and contract administration processes critical for supporting military functions and ensuring compliance with federal and Army regulations.
    The Performance Work Statement (PWS) outlines contracted Laundry and Dry Cleaning (L&DC) services for Fort Jackson, South Carolina, extending over five years. The Army Sustainment Command (ASC) authorizes these services for Active and Reserve components, including laundering items like linens and Organizational Clothing and Individual Equipment (OCIE). Contractors are responsible for ensuring timely pickup and delivery of soiled items, maintaining inventory accountability, and adhering to environmental standards. Quality control is crucial, with clear performance metrics and acceptable quality levels (AQLs) established for various services, namely cleaning, drying, pressing, and repairing garments. Key components include performance management meetings between the contractor and Government representatives, as well as strict personnel requirements for contractors, including security clearances and training. Compliance with federal regulations is mandated, particularly related to environmental laws and anti-terrorism measures. The PWS also emphasizes the importance of effective contractor management and resource utilization while providing mechanisms for evaluating contractor performance throughout the contract duration. This document serves as an official framework for aligning contractor actions with government expectations in delivering essential laundry and dry cleaning services for military operations.
    The document addresses bidder questions regarding the Laundry/Linen Amended Solicitation W9124C26RA001 and W9124C25RA0001, providing clarifications on pricing formats, submission procedures, and period of performance dates. Bidders must use the provided “Pricing Sheet” for all CLINS, acknowledge all amendments, and can resubmit all three volumes. Volume II must remain anonymous, marked only with the Offeror’s UEI Number, and past performance will be assessed via CPARS and FAPIIS. The period of performance for CLINs 0002 and 0003 has been updated to end on September 9, 2030. Site visits can be scheduled through Ms. Jackson and the COR, although it was later noted that no site visits would be conducted. Volume III can be submitted in MS Word format with the pricing spreadsheet as a separate MS Excel attachment, and contractors can create their own Direct Labor table. The incumbent contract number is W9124C-20-D-0001.
    The document addresses questions and answers regarding Solicitation W9124C25RA0001 for laundry and linen services. Key clarifications include the use of a new pricing sheet, with preference for contractors to use the provided one or submit a similar alternative. Pick-up and drop-off times for laundry and dry cleaning are set for Monday through Friday, 8 AM to 12:30 PM. Regarding site visits, while initially referenced as scheduled, a final note indicates that "there will be no site visits conducted." For price proposals (Volume III), contractors can submit the narrative in MS Word format and the price spreadsheet as a separate MS Excel attachment. Contractors are also permitted to create their own format for the Direct Labor Table. The document also clarifies that the new pricing sheet should be referenced for CLIN descriptions, as it supersedes any discrepancies with the solicitation document. Finally, the incumbent contract number is W9124C-20-D-0001.
    The Laundry Linen Solicitation (W9124C25RA0001) addresses questions related to the submission process for laundry and dry cleaning services. Key clarifications include that a new pricing sheet should be filled out instead of the one in the original solicitation, and details about pick-up times are provided, specifying a Monday to Friday schedule between 8 AM and 12:30 PM. There will be no organized site visits, but contractors can coordinate their own site visits with the designated contact. Volume III of the proposal, which includes pricing and labor data, can be submitted in MS Word alongside a separate Excel spreadsheet for pricing. Contractors can create their own format for the Direct Labor table, providing flexibility in submissions. Lastly, the document confirms the incumbent contractor's number (W9124C-20-D-0001). The primary purpose of the solicitation is to guide potential contractors in preparing their proposals, ensuring compliance with submission requirements while facilitating effective communication of necessary details.
    The document is a wage determination (No. 2015-4429, Revision No. 30, dated 07/08/2025) issued by the U.S. Department of Labor for service contracts in South Carolina counties: Calhoun, Fairfield, Kershaw, Lexington, Richland, and Saluda. It outlines minimum wage rates based on Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour), depending on the contract award date. The document specifies wage rates for numerous occupations across various fields, including administrative, automotive, food service, health, IT, and maintenance. It also details fringe benefits, including health & welfare, vacation, and holidays. Special provisions cover computer employees, air traffic controllers, and weather observers (night/Sunday pay), hazardous duty differentials, and uniform allowances. The conformance process for unlisted occupations, requiring SF-1444 submission, is also described.
    The "Register of Wage Determinations Under the Service Contract Act" outlines the minimum wage requirements for contracts awarded by the federal government, particularly in South Carolina counties. The document specifies that contracts initiated after January 30, 2022, must adhere to the minimum wage of $17.75 per hour, as determined by Executive Order 14026. For contracts awarded between January 1, 2015, and January 29, 2022, the minimum wage requirement is $13.30 per hour under Executive Order 13658. It details various job classifications, including administrative, automotive, food service, technical, and healthcare occupations, along with their respective wage rates. Moreover, the document emphasizes benefits such as health/welfare provisions, paid leave, vacation, and holiday stipulations, ensuring compliance with contractor obligations under the Service Contract Act. Additional notes address conforming unlisted job classifications to existing wage determinations and the inclusion of additional benefits like uniforms and hazard pay, showcasing the government's commitment to fair labor practices and employee protections in federal contracting. This document serves as a guide for contractors and employers to ensure compliance with wage and hour standards in federal contracts.
    This government solicitation, W9124C-25-R-A001, issued by W6QM MICC-FT JACKSON, outlines a Request for Proposal (RFP) for Women-Owned Small Businesses (WOSB) to provide laundry and dry cleaning services for the U.S. Army. The contract, valued at up to $8,000,000, includes a one-month phase-in period followed by a 59-month performance period for laundry and dry cleaning. Offerors must submit proposals in three volumes: General, Technical, and Price, adhering to strict formatting and page limits. Key technical evaluation factors include management approach, quality control, equipment, and staffing. The solicitation incorporates various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, including detailed instructions for electronic invoicing via the Wide Area WorkFlow (WAWF) system.
    This government file details Amendment 0001 to Solicitation W9124C-25-R-A001, extending the period for receiving offers to August 14, 2025. The amendment incorporates a revised Performance Work Statement (PWS) and attachments, and updates sections L&M. Key changes include adjustments to response due times and dates, modifications to CLINs/SLINs/ELINs for quantities and units of measure, and revised periods and places of performance for various contract line items. New FAR and DFARS clauses are added, including detailed instructions for proposal submission, evaluation criteria (Lowest Priced Technically Acceptable for technical capability and past performance), invoicing procedures, and required insurance. The document also lists numerous new attachments related to workload data, employee information, pricing, and various technical exhibits for laundry and dry-cleaning services.
    The Women's Owned Small Business (WOSB) solicitation focuses on providing laundry and dry cleaning services for government-owned items. The contract, designated with requisition number W9124C25RA001, is set to commence on August 11, 2025, and extend through September 10, 2030. The primary services include a phase-in period for contractor familiarization, operational laundry services for Basic Combat Training items, and dry cleaning for specialized garments. A firm fixed price model is established, with total estimated funding of $8 million. The contractor is required to maintain records and report services rendered while adhering to health and safety regulations. Various clauses from the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) are incorporated to enforce compliance with federal laws and standards, including whistleblower protections and cybersecurity requirements. The solicitation stresses the importance of proposal format, evaluation criteria, page limitations, and submission instructions, emphasizing a structured approach to proposals that showcases a contractor’s capability to meet the outlined needs effectively and efficiently.
    The document outlines amendments and modifications to a solicitation for laundry, linen, and dry-cleaning services for the U.S. Army. The key updates include an extension of the proposal deadline to August 14, 2025, incorporation of revised performance work statements (PWS), and changes to essential contract clauses. It emphasizes the proposal submission process, asserting that offers must acknowledge all amendments and specify details regarding technical capability, price, and past performance evaluation factors, which will be analyzed for technical acceptability and overall value through a Lowest Priced Technically Acceptable (LPTA) approach. Furthermore, it includes requirements related to insurance, payment methods, and necessary documentation for compliance with federal regulations. The structured guidelines ensure clarity in evaluation criteria and submission guidelines, intended to facilitate competition among eligible contractors while maintaining adherence to government standards. Overall, the amendment seeks to refine the contracting process and ensure the delivery of quality services to support military operations.
    This government file, likely part of an RFP or grant application, details cost and piece totals for various items across three CLINs (Contract Line Items): Linen, Sleeping Systems/COSIS, and Dry Cleaning. Each section lists specific items with corresponding zero values for price, total cost, and total pieces, indicating these are placeholders or a template for future entries. The document repeatedly states that all listed items and quantities are "Subject to change per mission requirements," emphasizing the dynamic nature of the potential procurement or project. The file also includes numerous empty tables with generic numbered "Items," reinforcing its function as a flexible pricing and quantity framework rather than a finalized order. Overall, the file serves as a structured template for recording and tracking various supplies and services, adaptable to evolving mission needs.
    The provided government file appears to be a template or a section from a larger document, likely related to human resources, security, or compliance within an organization. It focuses on tracking personnel information for both "Installation Personnel" and "Plant Personnel." Key data points collected include employee name, position, hire date, separation date, contact information, pass issue date, and pass expiration date. Additionally, the document includes a section for tracking mandatory training, such as "AT Level 1," "OPSEC," "TARP," "iWatch," and "Combating Trafficking in Persons." This file is designed to maintain a comprehensive record of employee details, their tenure, and their completion of critical security and awareness training, which is essential for ensuring compliance with federal regulations, especially in the context of government contracts, grants, or RFPs where personnel vetting and training are often mandatory requirements.
    This government file outlines the agenda, attendees, and purpose of a Performance Management Review (PMR) for a federal contract, likely related to laundry and dry cleaning services. The document details a comprehensive contractor performance assessment report, referencing FAR Subpart 42.15, and defines evaluation ratings from Exceptional to Unsatisfactory, with specific criteria for small business utilization. It includes sections for PMR and Program Management summaries, allowing for government and contractor self-assessments, and tracking current concerns, emergent requirements, and previous due-outs. Furthermore, the file incorporates a safety assessment with accident/incident reporting and functional area safety requirements, a Non-Conformance Report (NCR) tracker, and a cost control sheet detailing monthly pieces and costs. The backup slides mention continuous improvement, CDRL/deliverable submission, and small business goals.
    The Customer Complaint Record is a standardized form for documenting complaints related to government contracts, likely within the context of federal, state, or local RFPs and grants. It captures essential details such as the date, time, organizational unit, and personal information of the complainant. The form requires a detailed description of the complaint, the contractor's perspective, and actions taken by the contractor to resolve the issue. It also includes sections for validating the complaint, referencing the relevant contract, and confirming that the contractor was informed. Signatures from both the contractor and the Contracting Officer's Representative (COR), along with dates, are required, indicating a formal process for tracking and addressing contractual performance issues. This document is crucial for accountability and ensuring compliance with contract terms.
    The document appears to be a template or a form designed to track "Rework" across different "Truck/Plant" locations for each day of a given "Month." It lists 22 "Item" fields, each with a corresponding row to input daily data from the 1st to the 31st. A "Totals" row at the bottom sums the daily entries for all items, with all current totals showing as "0." This structure suggests its purpose is to monitor rework activities or quantities on a daily basis, likely for operational or quality control tracking within a government contract, federal grant, or state/local RFP context where detailed daily reporting of activities, especially reworks, might be required for accountability, performance measurement, or cost analysis.
    The document outlines a tracking form for damaged items, detailing essential information for incidents within a contractual agreement. Key fields include 'Item Damaged,' 'Cause of Damage,' 'Course of Action (COA) taken,' and 'Date of incident.' It also requires the 'Contractor Point of Contact' and 'Date Contractor Resolution' to ensure accountability and track resolution progress. This form is crucial for documenting and managing damaged items, facilitating communication between parties, and ensuring proper resolution in accordance with contract terms, likely within the context of government RFPs, federal grants, or state/local RFPs.
    The provided document outlines a tracking system for lost items, detailing the necessary information for each incident. It includes fields for the "Item Lost," "Course of Action (COA) taken," "Date of incident" (in dd/mm/yyyy format), "Contractor Point of Contact," and "Date Contractor Resolution." This structure suggests a standardized process for managing and resolving instances of lost property, likely within a contractual or operational framework where accountability and resolution tracking are important. This type of document is crucial in government contexts, such as federal RFPs or grants, where managing assets and ensuring accountability for lost items is essential for compliance and operational efficiency.
    The document outlines a template for collecting customer contact information, likely for government RFPs, federal grants, or state/local RFPs. It specifies fields for month, unit, point of contact (POC), rank, email, building number, and phone number. This structure suggests a standardized approach to maintaining communication records for official purposes, ensuring that relevant personnel and their contact details are readily available for ongoing projects, applications, or contractual agreements within government operations.
    The Laundry Ticket is a standardized form designed to track and manage laundry services for various military and government-related items, ensuring accountability in accordance with AR 210-130. The form details categories of items for cleaning, including general linen (sheets, blankets, pillows), sleeping systems specific to TRADOC installations (bivy covers, sleeping bags, mattress pads), Garrison Food Service Uniforms (coats, trousers, aprons, napkins, table linens), and items for Deceased Military Personnel (all clothing). It also lists items for DFACs (towels, cook whites, aprons) and Chaplain Vestments (albs, robes, chasubles). Additionally, it covers ceremonial uniforms for military funerals or presidential events (Class A uniforms, ascots, white gloves) and other items such as draperies, flags, and organizational colors. The document includes sections for dates and signatures for receiver, shipper, and pickup, ensuring a clear chain of custody. This form streamlines the process of submitting, tracking, and receiving laundered items within government operations.
    The document outlines the pricing and total costs associated with various categories of supplies and services outlined in a federal Request for Proposal (RFP) for combined linens, dry cleaning, and sleeping systems. Each category includes various items such as albs, flags, and sleeping bags, each with corresponding prices, total costs, and pieces quantified—though all values are currently listed as $0.00 and zero pieces. This suggests that the figures provided are placeholders or pending determination based on mission requirements. The summary emphasizes that these amounts are subject to change, reflecting that actual costs and quantities will depend on future scenarios. Overall, while it sets the stage for procurement needs, a thorough evaluation and updated figures are essential for accurate budget planning in response to specific mission requirements.
    The document outlines personnel and training data related to an organization associated with federal and state/local grant and RFP processes. It includes two main sections: Installation Personnel and Plant Personnel, listing employee names, positions, hire dates, separation dates, contact information, and access pass details. Additionally, the Training section details employee training statuses in various areas, including AT Level 1, OPSEC, TARP, and iWatch, along with notes on combating trafficking in persons. The structured format allows straightforward tracking of personnel and their qualifications, ensuring compliance with relevant regulations. Overall, the document emphasizes organization and record-keeping vital to manage personnel engaged in government contracts or services tied to federal and local funding initiatives.
    The document outlines the Performance Management Review (PMR) for a contractor involved with the Army Sustainment Command, assessing their performance across various criteria, including safety, cost control, and small business utilization. The review encompasses input from multiple attendees, including government staff and contractor representatives, to evaluate performance ratings based on the Federal Acquisition Regulation (FAR) criteria. Key ratings described include Exceptional, Very Good, Satisfactory, Marginal, and Unsatisfactory, which determine the contractor's compliance with subcontracting goals and performance in socio-economic categories. The PMR also notes previous due outs, emergent requirements, and current concerns, categorized as green (meeting expectations), amber (performance concerns), or red (not meeting expectations). In the safety section, the contractor is responsible for accident reporting and maintaining health and safety standards, while cost control data details financial performance over specific months. The document emphasizes the significance of continuous improvement and goal tracking, particularly regarding small business participation, crucial in federal contract assessments. This review is part of the government's accountability and oversight mechanisms in ensuring effective contractor performance within RFPs and grants contexts.
    The document is a Customer Complaint Record template designed for capturing and resolving complaints related to contracts in government projects. It outlines the essential information necessary for documenting a complaint, including the date, time, organizational details, complainant's personal information, and specifics of the complaint itself. The contractor's perspective, actions taken, and any validation processes are also recorded. Furthermore, there are spaces to note the contract reference, notification details to the contractor, and signatures from both the contractor and the Contracting Officer Representative (COR). This structured format ensures accountability and traceability, providing a formal mechanism for addressing grievances linked to federal or state contracts. It underscores the importance of maintaining communication and documentation in contract management within government-funded projects. Adhering to this process is critical to uphold service quality and compliance with established contractual obligations.
    The document appears to be a template for tracking items or tasks related to a rework process, specifically within a truck or plant operational context across a month. It includes a simple structure with a list for tracking various items to be processed, assessed, or reworked. Each row under "Item" can likely be filled with specific tasks, materials, or equipment relevant to the rework, while the columns appear to correspond to days in a month for updated status reporting or completion tracking. However, the current content shows a lack of entered data, with all totals reflecting zeroes, indicating either incomplete reporting or a preparatory status. This type of document is commonly used in government and organizational settings where systematic rework assessments and accountability are critical, aligning with RFPs and grants that often focus on operational efficiencies and resource management.
    The document addresses the management of damaged items associated with government contracts. It outlines a systematic approach to reporting and resolving damage incidents. Each entry records essential details: the specific item damaged, the cause of damage, actions taken to address the issue, the date of the incident, the contact point for the contractor involved, and the resolution date. This structured framework ensures accountability and clarity in the handling of damaged property, which is crucial for maintaining compliance with federal and state regulations in procurement processes. By documenting these occurrences, the government aims to mitigate future risks, streamline communications, and enhance the overall efficiency of contract management and resolution of issues related to damaged items. This documentation reflects broader efforts to maintain standards within the procurement framework, fostering transparency and responsibility in government operations.
    The document outlines a systematic log for tracking lost items related to government operations. It includes columns for recording essential information such as the item lost, the course of action taken, the date of the incident, contact details of the contractor involved, and the date of resolution by the contractor. This structured approach aims to ensure accountability and facilitate resolution processes for lost items, which may be tied to contracts under federal RFPs, grants, or state and local funding mechanisms. By maintaining an organized record, the document serves to enhance operational efficiency and transparency in managing lost items, thereby bolstering the integrity of government procurement and contract management practices. Overall, this log is crucial in preventing potential disputes and ensuring that proper protocols are followed for items lost during government-related activities.
    The document provides a template for collecting customer contact information related to government projects, specifically focusing on federal RFPs and grants, as well as state and local proposals. It includes essential fields for inputting the point of contact (POC), their rank, email address, building number, and phone number. Though it does not include detailed content, it emphasizes the importance of accurate contact information for effective communication and project management in government procurement processes. This structured approach is vital for streamlining interactions between various stakeholders involved in federal and local government initiatives.
    The document outlines procedures and accountability measures for laundry services associated with military personnel and government-operated facilities. Specifically, it includes details about the items being laundered across various categories, such as linens, garrison uniforms, and ceremonial uniforms, which are essential for military operations and events. The structure consists of multiple sections that detail the items under different classifications (e.g., Sleeping Systems, Garrison Food Service Uniform) and notes the concern for deceased military personnel’s clothing, requiring specific handling protocols. The document is framed to comply with Army Regulation (AR) 210-130, ensuring systematic tracking and accountability through signature verification for receipt, delivery, shipping, and pickup. This system enhances operational efficiency and maintains cleanliness standards within military facilities and functions, reflecting the importance of proper maintenance and respect for military attire and materials. Overall, it emphasizes the meticulous care needed in handling military-related laundry to support both operational readiness and the dignity of service members.
    The document is a wage determination issued by the U.S. Department of Labor under the Service Contract Act, specifically Wage Determination No. 2015-4429. It outlines minimum wage rates and applicable fringe benefits for various occupations in South Carolina, specifically for contracts that extend into 2025. Contracts subject to this determination must comply with executive orders that set minimum wage standards, with rates being $17.75 per hour under Executive Order 14026 and $13.30 under Executive Order 13658, unless a higher applicable wage is specified. The document includes detailed wage rates for numerous job classifications from administrative support to health occupations, along with requirements for benefits such as health and welfare payments, vacation, and holidays. It also addresses employment conditions such as sick leave under Executive Order 13706, and outlines the process for requesting new job classifications and rates not listed in the original determination. This wage determination is critical for compliance in federal contracts, ensuring workers receive fair compensation aligned with federal labor standards. Overall, it serves to protect workers' rights under government contracts by establishing standard wage rates and benefits.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for linen and laundry services for the Northeast Ohio VA Medical System, specifically the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The procurement aims to secure comprehensive hospital linen laundering services, including patient clothing, specialty items, and uniform purchases, with a focus on maintaining high standards of hygiene and service delivery. This contract, which is open to full and open competition, has an estimated total value of $8,900,000 over its performance period, which includes a base period from April 1, 2026, to August 31, 2026, and three option years extending through August 31, 2029. Interested vendors must submit their quotations by January 16, 2026, and can direct inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov.
    S209--Ann Arbor Off-Site Linen Services LTC Charles S. Kettles VA Medical Center
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 10, is soliciting offers for off-site linen services for the LTC Charles S. Kettles VA Medical Center in Ann Arbor, Michigan. The contract, identified by solicitation number 36C25025Q0948, requires the contractor to provide comprehensive laundry services, including laundering, processing, and delivering a variety of linens and laundry items essential for the operations of the VA Ann Arbor Fisher House and VA Green Road Sleep Clinic. This procurement is crucial for maintaining hygiene and quality standards in veteran care facilities, with a total maximum contract value of $1,130,000 over a base period from May 29, 2026, to May 28, 2027, and three additional ordering periods. Interested vendors must submit their offers electronically to Alexis Alexander at Alexis.Alexander1@va.gov by December 8, 2025, at 3:00 PM EST, with no further questions accepted after November 25, 2025.
    S209--Linen/Laundry Services - Northeast Ohio VA Medical System Cleveland VA Medical Center and Supported CBOCs
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide comprehensive linen and laundry services for the Northeast Ohio VA Medical System, including the Cleveland VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs). The contractor will be responsible for all labor, equipment, and supplies necessary for the pickup, processing, and delivery of various linen items, adhering to strict industry standards and maintaining separation between clean and soiled linens. This procurement is critical for ensuring the availability of hygienic and properly maintained linen for patient care, with a total estimated contract value of $81,933.34 over a base period and three option years. Interested vendors should submit their quotations and direct any inquiries to Contract Specialist Joshua Kovar at Joshua.Kovar@va.gov, with services required Monday through Saturday and invoicing to be conducted monthly through the VA Tungsten Network Portal.
    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.
    Contingency Laundry Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide contingency laundry services for the Hershel Woody Williams VA Medical Center located in Huntington, West Virginia. This procurement is a total small business set-aside and involves a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract that will cover laundry services during emergencies or equipment repairs from February 1, 2026, to January 31, 2031. The contractor will be responsible for all aspects of the laundry service, including equipment, labor, and supplies, while adhering to health and safety regulations. Interested parties should note that the contract has a minimum guarantee of $1,000.00 and a maximum ceiling of $275,000.00, with payments made monthly based on the clean weight of laundered textiles. For further inquiries, potential bidders can contact Tracy M. Dotson at tracy.dotson@va.gov.
    Laundry Chemical Supplies and Maintenance
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office (NCO) 8, is seeking qualified sources to provide Brand Name or Equal Laundry Chemicals and Maintenance for the C.W. Bill Young VAMC located in Bay Pines, Florida. The procurement involves supplying laundry chemicals, maintaining dispensing equipment, and performing bi-weekly service checks, including water softness and pH testing, to ensure compliance with hygienic linen standards. This contract is crucial for maintaining operational efficiency and cleanliness in the facility's laundry services, with a firm-fixed price structure anticipated to span from October 27, 2025, to October 26, 2030, including a base period and four option years. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses, Veteran Owned Small Businesses, and Small Businesses, should contact Colleen Houser at colleen.houser@va.gov or call 727-399-3346 for further details.
    J&A for Linen Services at Colorado Commissaries
    Buyer not available
    The Defense Commissary Agency (DeCA) is seeking to extend its current contract for linen services at four commissaries in Colorado through a Justification and Approval (J&A) for other than full and open competition. This extension will modify the existing requirements contract HDECO5-18-D-0001, extending the period of performance from May 1, 2023, to October 31, 2023, and increasing the estimated contract value by $88,105.50, bringing the total to approximately $944,527.13. The services provided are critical for maintaining operations at the commissaries, ensuring that military personnel and their families receive the full benefits of their commissary privileges. Interested parties can reach out to Heather Skalet at Heather.Skalet@deca.mil for further information regarding this opportunity.
    IMCOM Pest Control
    Buyer not available
    The Department of Defense, through the Department of the Army, is soliciting proposals for pest control management services at Fort Jackson and Weston Lake Recreational Park in South Carolina. The contractor will be responsible for scheduled and unscheduled pest management services targeting public health pests, including invasive species and disease vectors, to ensure the well-being of personnel and the integrity of facilities. This contract, valued at approximately $17.5 million, is set aside for small businesses and includes a base period from January 1, 2026, to December 31, 2026, with four additional one-year options extending through December 31, 2030. Interested parties must attend a mandatory site visit on December 9, 2025, and submit proposals by following the outlined instructions, with inquiries directed to the primary contacts, Katharina Wagner and Tesia Polk, via their provided emails.
    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.
    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.