Linen Laundry Service WAATS
ID: W912L225Q0002Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7MV USPFO ACTIVITY AZ ARNGPHOENIX, AZ, 85008-3442, USA

NAICS

Industrial Launderers (812332)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide linen laundry services for the Western Army Aviation Training Site (WAATS) located in Marana, Arizona. The procurement involves comprehensive laundry services, including the pick-up, washing, drying, and delivery of various linen items such as towels, sheets, and blankets, with a contract duration starting from March 1, 2025, to February 28, 2026, and the possibility of four additional extension years. This service is crucial for maintaining operational readiness and hygiene standards for military personnel at the facility. Interested small businesses must submit their proposals by 1700 MST on February 16, 2025, and can direct inquiries to Janet Labell at janet.f.labell.civ@army.mil, ensuring compliance with all submission guidelines and wage determinations outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for a laundry service contract at the Western Army Aviation Training Site (WAATS) for the Arizona Army National Guard. The contractor is responsible for providing all necessary labor, materials, equipment, and transportation to pick up, wash, dry, and deliver various linen items, including towels, sheets, and blankets. The contract spans a base year from March 1, 2025, to February 28, 2026, with four optional extension years, maintaining strict compliance with federal, state, and local regulations. Key tasks include verifying laundry counts with the Contracting Officer’s Representative (COR) before and after delivery, maintaining communication with the government representatives, and ensuring a neat and presentable appearance of personnel. The contractor must submit a weekly report detailing any issues requiring government attention. Safety protocols and liability insurance for delivery vehicles are mandated, alongside a clear outline of acceptable work hours and recognized federal holidays. The government will provide the laundry items, while the contractor is responsible for all other necessary services and must adhere to quality assurance standards. The document specifies necessary qualifications and security measures for contractor personnel while forbidding subcontracting without prior approval. This PWS aims to ensure efficient and compliant laundry services for military personnel at WAATS.
    This document outlines the submission instructions for a government solicitation related to WAATS Linen Service. Key eligibility criteria include current registration in the System for Award Management (SAM) and compliance with socio-economic set-aside policies that prioritize small businesses. The solicitation follows a structured evaluation process based on price and technical acceptability, where the government seeks the most advantageous offers while emphasizing past performance assessments. Contractors must demonstrate they can meet the specifications detailed in the Performance Work Statement (PWS), and submissions are due by 1700 MST on February 16, 2025. Interested parties are encouraged to direct inquiries via email to the assigned contracting officer by January 21, 2025, ensuring compliance with submission formats. The pricing table specifies expected laundry services, including pick-up and delivery of various linen items, reflecting defined quantities for both monthly and annual needs. This solicitation highlights the government's commitment to fair competition while addressing service needs efficiently and transparently within the federal contracting framework, emphasizing the importance of technical capability and performance history.
    This document outlines special contract requirements and clauses related to federal acquisitions, mainly focusing on prohibitions against contracting with certain entities and guidelines for utilizing federal funds. Key provisions include restrictions on acquiring services from Kaspersky Lab, ByteDance applications, and specific telecommunications services identified as posing security risks, applicable as of late 2023 and early 2024. It emphasizes compliance with the Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) clauses, highlighting contractor obligations concerning small business subcontracting plans, electronic payment, and representing business status. Moreover, it specifies clauses regarding fair labor practices, environment-related responsibilities, and compliance with legislation such as the Buy American Act and various executive orders. The document serves as a comprehensive guide for contractors to understand their obligations under federally funded contracts, ensuring adherence to national standards and promoting the engagement of small businesses. This summary indicates the government’s intent to streamline acquisition processes, mitigate risks associated with foreign entities, and uphold policies fostering equality and ethical business practices within federal contracts.
    The document provides a wage determination from the U.S. Department of Labor under the Service Contract Act (SCA) for contracts executed in Arizona, specifically Pima County, for Fiscal Year 2024. It outlines the minimum wage requirements for various occupations, particularly noting that contracts after January 30, 2022, must adhere to the heightened minimum wage of $17.20 per hour, in compliance with Executive Order 14026. The document lists detailed wages for multiple job categories ranging from administrative support and clerical occupations to skilled trades, including fringe benefits such as health and welfare, vacation, and sick leave stipulations. Additionally, it specifies the conditions for new job classifications not covered in existing wage determinations and discusses the conformance process for these situations. These provisions ensure fair compensation and worker rights under federal contracts, supporting compliance for future federal grants and RFPs while emphasizing labor protection mandates with proper contractual adherence.
    This document is part of the solicitation process for Request for Proposals (RFP) under Solicitation Number W912L225Q0002. It contains a series of questions and answers relevant to potential bidders. The purpose is to clarify aspects of the RFP to ensure that interested parties have a complete understanding of requirements and expectations. Although specific questions and answers are not provided in the file, the format indicates that it addresses concerns that may arise during the bidding process, such as project specifications, submission guidelines, and evaluation criteria. This document plays a critical role in promoting transparency and facilitating effective communication between the federal government and prospective contractors, ultimately aiming to achieve successful project outcomes. Overall, it is an essential tool that contributes to a fair and informed bidding environment within the framework of federal grants and contracts.
    The document pertains to a site visit related to Solicitation Number W912L225Q0002, focusing on linen cleaning services for a military facility. It addresses various questions posed by prospective vendors regarding the requirements and logistics of the service. Key points include that there are no soap requirements, linen cleaning involves managing items belonging to other companies, and linens must be sorted and packaged by type. Vendors are required to provide storage bins for the clean linens, with specifics on the number (six bins) outlined. Invoicing is flexible but must adhere to WAWF protocols for payment processing. Damage to linens must be reported within three hours of receipt, and all items are bagged and tagged for tracking. The sole facility requiring the service is identified as Building L4530. This document ultimately serves as an informational outline for potential bidders, clarifying expectations and operational details necessary for proposal submissions under federal RFP guidelines.
    The file outlines a site visit invitation related to a solicitation for Linen Laundry Service at the Western ARNG Aviation Training Site (WAATS) in Red Rock, Arizona. The on-site visit is scheduled for February 12, 2025, from 10:00 AM to 1:00 PM MST, with designated contacts Janet LaBell and SFC Donaciano Vallejo provided for inquiries. Participants must register via email by the specified instructions. The visit will begin with an introduction followed by a walkthrough of the facility. Questions concerning the solicitation should be submitted to LaBell by February 17, 2025, and responses will be posted by February 21, 2025. This process reflects the structured approach typical in government Request for Proposals (RFPs), emphasizing transparency and opportunities for bidders to gather information ahead of their quotations. Overall, the site visit serves to facilitate potential contractors' understanding of the service requirements and operational context.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Rock Island Arsenal Woodson Health Clinic Laundry Services
    Buyer not available
    The Department of Defense, through the Department of the Army, is seeking proposals for laundry services at the Rock Island Arsenal Woodson Health Clinic. The contract requires the contractor to provide comprehensive laundry services, including linen provision, labor, and transportation, while adhering to Joint Commission standards and maintaining a Quality Management System (QMS) to ensure compliance with quality assurances and regulations. This procurement is critical for maintaining high standards in military healthcare settings, emphasizing the importance of proper sanitization and security protocols. Interested offerors must submit their proposals by 4 PM EDT on February 26, 2025, to the designated contacts, Justin Balster and Rebecca Ruff, via email, and should ensure compliance with all submission guidelines as outlined in the solicitation documents.
    Naval Base Ventura County Unaccompanied Housing Laundry Services
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command Fleet Logistics Center San Diego, is seeking proposals for laundry services at Naval Base Ventura County (NBVC) to support unaccompanied housing facilities. The contract will cover a range of services including the pick-up, washing, drying, pressing, and folding of government-owned linens, with a base period starting March 1, 2025, and three optional one-year extensions. This initiative underscores the importance of maintaining high-quality service standards for government property, ensuring that linens are processed individually and returned to their respective activities without commingling. Interested vendors must submit written quotes by February 25, 2025, and can direct inquiries to Elisa Allison at elisa.r.allison.civ@us.navy.mil. The contract is set aside for small businesses, with evaluations based on technical capability, past performance, and price.
    Laundry & Dry-Cleaning Services - Fairchild AFB, WA
    Buyer not available
    The Department of Defense, through the 92d Contracting Squadron, is seeking proposals from qualified small businesses for Laundry and Dry-Cleaning Services at Fairchild Air Force Base (FAFB), Washington, under solicitation FA462025RA902. The procurement aims to secure comprehensive laundry services, including laundering, dry cleaning, pick-up, delivery, and repair of various textile items, adhering to strict performance standards and regulatory compliance. This contract is vital for maintaining operational readiness and supporting the mission at FAFB, with a firm fixed-price structure and a proposal submission deadline of March 27, 2025. Interested vendors must ensure they are registered in the System for Award Management (SAM) and may contact Kathleen L. Rauch at kathleen.rauch@us.af.mil or Brian Michael Fernandez at brian.fernandez.5@us.af.mil for further inquiries.
    2BDE JROTC Christian Brothers Academy Laundry and Dry Cleaning Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for laundry and dry cleaning services for the Junior Reserve Officers' Training Corps (JROTC) at Christian Brothers Academy. The contract requires the provision of cleaning, dry cleaning, and minor alterations for approximately 400 JROTC uniforms, including Army Service Uniforms (ASU) and Army Combat Uniforms (ACU), with a focus on adhering to Department of the Army standards and ensuring timely service delivery. This procurement is vital for maintaining the integrity and quality of uniform services for cadets, with a total award amount of $8,000,000 and a performance period from March 20, 2025, to March 19, 2026, including options for four additional years. Interested parties, particularly Women-Owned Small Businesses (WOSB), should contact Candice M. Hodges at Candice.M.Hodges.civ@army.mil or 502-624-8808 for further details.
    Laundry and Mat Services
    Buyer not available
    The Department of Defense, through the Naval Special Warfare Command (NAVSPECWARCOM), is soliciting offers for Laundry and Mat Services to support the Naval Special Warfare Group Four (NSWG-4) at Joint Expeditionary Base Little Creek-Fort Story in Virginia Beach, Virginia. The procurement aims to provide essential laundering, rental, pickup, and delivery services for mats, towels, and linens, ensuring operational readiness and hygiene for military personnel. This contract is particularly significant as it emphasizes the importance of maintaining high cleanliness standards and operational efficiency in military environments, with a total small business set-aside under the NAICS code 812331. Interested contractors must submit their quotes by 10:00 AM on February 28, 2025, and can direct inquiries to Jeffrey S. Morris at Jeffrey.S.Morris.civ@socom.mil.
    Synopsis and Solicitation - Washer & Dryer Maintenance & Repair Service at West Point, NY
    Buyer not available
    The Department of Defense, through the U.S. Army's West Point Mission Installation Contracting Command Office, is soliciting proposals for Washer and Dryer Maintenance and Repair Services at West Point, New York. The contract encompasses a base year plus four option years, requiring the contractor to maintain approximately 54 washers and 50 dryers, ensuring operational efficiency through biweekly inspections, preventive maintenance, and timely repairs. This service is critical for supporting the living conditions of military personnel, reflecting the Army's commitment to providing essential amenities. Interested small businesses must submit their proposals by March 3, 2025, at 12:00 PM EST, and direct any inquiries to Ms. Tara D'Amico at tara.m.damico.civ@army.mil.
    Ft Meade laundry and dry cleaning-IDIQ
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to provide laundry and dry cleaning services at Fort George G. Meade, Maryland. The contractor will be responsible for complete laundry services for government-issued items, adhering to Army regulations, environmental standards, and safety protocols, while ensuring high-quality output and operational efficiency. This contract is categorized as an 8(a) set-aside for small businesses, emphasizing the importance of contractor accountability and quality assurance throughout the service period. Interested parties can contact Melissa A. Miller at melissa.a.miller231.civ@army.mil or David L. Gecewicz at david.l.gecewicz2.civ@army.mil for further details.
    Laundry and Dry-cleaning Services, 35 Medical Group at Misawa Air Base, Japan
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for laundry and dry-cleaning services for the 35 Medical Group at Misawa Air Base, Japan. The contract requires the contractor to provide all necessary labor, materials, and equipment to ensure cleanliness and sanitation of medical textiles, including linens, gowns, and surgical attire, with strict adherence to health guidelines and timelines for pick-up and delivery. This service is crucial for maintaining hygiene standards in medical care, reflecting the government's commitment to high-quality healthcare operations. Interested vendors should contact Raphael Badagbor or Gilberto Esteves for further details, and proposals must be submitted electronically by the specified deadline.
    Laundry and Dry Cleaning Services
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundry and dry cleaning services at Air Station Kodiak in Alaska. The procurement includes managing laundry services for the Ready Crew Berthing and dry cleaning for Flight Gear Issue, with an emphasis on security access and timely delivery, involving approximately 5,400 pounds of laundry and less than 500 pounds of dry cleaning annually. This contract is crucial for maintaining operational readiness and supporting the Coast Guard's mission, with a contract period starting April 1, 2025, and options for continuation through 2029. Interested parties must submit their bids by February 24, 2025, and can contact SK2 Alera Nash at alera.d.nash@uscg.mil or Robbin Kessler at robbin.m.kessler@uscg.mil for further information.
    Dry Cleaning Services - McConnell AFB, KS
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking quotes for dry cleaning services at McConnell Air Force Base (AFB) in Kansas, specifically for the 22 Medical Group. The contract will cover commercial, nonpersonal services for linen and off-site laundry, requiring the contractor to manage approximately 1,800 pieces of laundry monthly while adhering to strict healthcare cleanliness standards and infection control protocols. This procurement is critical for maintaining hygiene and medical readiness at the facility, with a contract duration from November 1, 2024, to April 30, 2029, under a Total Small Business Set-Aside. Interested vendors must register as small businesses under NAICS code 812320 and submit their quotes electronically, with the primary contact being Matthew Mohon at matthew.w.mohon.civ@health.mil.