Laundry Services
ID: HT9407-25-Q-0006Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE HEALTH AGENCY (DHA)DEFENSE HEALTH AGENCYFORT CARSON, CO, 80913, USA

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

HOUSEKEEPING- LAUNDRY/DRYCLEANING (S209)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the Defense Health Agency (DHA), is soliciting quotes for laundry services at Cannon Air Force Base in New Mexico. The contractor will be responsible for providing non-personal medical linen laundry services, including the pick-up and delivery of clean laundry that meets strict quality control standards and complies with health and safety regulations. This procurement is critical for maintaining hygiene and operational efficiency within the medical facilities, ensuring that all linens are properly cleaned, packaged, and free from contamination. Interested vendors must submit their written quotes by 12:00 PM MT on August 21, 2025, including a technical approach and completed pricing form, with the contract expected to span a base period from August to November 2025, followed by four one-year options, contingent on funding availability. For further inquiries, contact Destiny Jeffries at destiny.e.jeffries.ctr@health.mil or Anthony Mosca at anthony.c.mosca.civ@health.mil.

    Files
    Title
    Posted
    This document, Wage Determination No. 2015-5483, outlines the minimum wage rates and fringe benefits for service contract workers in Box Elder, Davis, Morgan, and Weber counties in Utah, under the Service Contract Act. It details different minimum wage rates based on the contract award date and applicable Executive Orders (EO 14026 or EO 13658), with rates of $17.75/hour for contracts awarded/renewed after January 30, 2022, and $13.30/hour for contracts awarded between January 1, 2015, and January 29, 2022. The document lists numerous occupational categories with their respective wage rates and specifies fringe benefits including health & welfare, vacation, and holidays. It also provides guidance on paid sick leave under EO 13706, hazardous pay differentials, uniform allowances, and the process for conforming unlisted job classifications and wage rates using Standard Form 1444.
    The document outlines a government solicitation for "Government Owned Linens" services, spanning a base year and four option years from August 2025 to November 2029. Each year requires an estimated quantity of 30,000 units, with the unit of issue specified as "PG" (presumably "Per Gross" or "Per Group"). The provided table includes fields for "Company Name," "Unit Price," and "Amount," all currently marked as $0.00, indicating that this is a solicitation document where vendors are expected to fill in their pricing. The overall structure is typical of an RFP or similar procurement document, detailing the duration and quantities required for the service over multiple periods, awaiting bid submissions for pricing.
    This government file outlines a Request for Proposal (RFP) for linen services, detailing requirements for both government-owned linens and rental items across a base year and four option years, spanning from August 15, 2025, to November 29, 2029. The RFP specifies an estimated quantity of 30,000 pounds for government-owned linens and 1 lot for rental items annually. The document requires vendors to complete highlighted fields for company name, unit of issue, unit price, and total amount, indicating that pricing information is to be provided by the bidding companies. This structured approach ensures clarity in pricing and service delivery over the multi-year contract period.
    This government file, Attachment 4, outlines the essential provisions and clauses for federal contracts, categorized by whether they are incorporated by reference or in full text. Key provisions include requirements for System for Award Management (SAM) registration, Commercial and Government Entity (CAGE) Code reporting, and representations concerning telecommunications equipment and services. The document also details the
    The Defense Health Agency is soliciting quotes for laundry services at Hill AFB, UT, and Cannon AFB, NM, under RFQ HT9407-25-Q-0006. This is a total small business set-aside with NAICS code 812320 and a size standard of $8.0M. The contract includes a four-month base period and four one-year option periods, from August 20, 2025, to December 29, 2029. Quotes, including a detailed technical approach, completed pricing form, and required solicitation provisions, must be emailed to Destiny Jeffries and Anthony Mosca by 12:00 PM MT on August 13, 2025. Award will be based on the lowest-priced, technically acceptable quotation, with funds not yet available. Contractors must have an active SAM registration.
    The Defense Health Agency (DHA) is soliciting quotes for laundry services at Cannon AFB, NM, through an RFQ (HT9407-25-Q-0006) prepared under FAR Subpart 12.6. This procurement is a total small business set-aside with NAICS code 812320 ($8.0M size standard) and PSC S209. The contract will have a four-month base period (Aug-Nov 2025) and four one-year option periods extending to December 2029. Offerors must submit written quotes, including a technical approach demonstrating compliance with the Performance Work Statement, a completed pricing form, and required solicitation provisions. Quotes are due by 12:00 PM MT on August 21, 2025, via email to Destiny Jeffries and Anthony Mosca. Award will be based on the lowest-price, technically acceptable quotation, contingent on fund availability. Offerors must be registered in SAM.
    This Performance Work Statement outlines the requirements for non-personal medical linen laundry services for the 27th Special Operations Medical Group (27SOMG) at Cannon AFB, New Mexico. The contractor will be responsible for picking up and delivering laundry, ensuring it is clean, free of damage, and properly packaged. Services must adhere to strict quality control, including a Quality Management System, and comply with all federal, state, and local health and safety regulations, including OSHA standards. The contractor must provide a Contract Manager, maintain a professional appearance for personnel, and ensure clear identification as a contractor. Key operational details include specific hours of operation (Monday-Friday, excluding federal holidays), handling of special wash items (e.g., blood-stained laundry in biohazard bags), reprocessing unsatisfactory laundry, and accounting for all articles. The contractor is responsible for providing necessary materials like tags, laundry carts, and a clean, enclosed transport vehicle. Laundry must be processed separately from other customers' items, and strict protocols for preventing cross-contamination between clean and soiled laundry must be followed. Pickup is once a week, and delivery must occur within seven calendar days. The document also details performance objectives, acceptable quality levels, and deliverables like the Contract Manager designation.
    This Performance Work Statement outlines the requirements for a non-personal services contract to provide medical linen laundry and rental services for the 27th Special Operations Medical Group (27SOMG) at Cannon AFB, NM, and the 75th Medical Group (75MDG) at Hill AFB, UT. The contractor is responsible for pickup, delivery, and laundering of items, ensuring cleanliness, proper packaging, and adherence to quality control standards. Services are required Monday through Friday, excluding federal holidays and planned closures. The contractor must provide a contract manager, ensure personnel identification and professionalism, and comply with all applicable health and safety regulations, including OSHA standards. Key responsibilities include treating laundry with germicide, processing military laundry separately, repairing damaged items, handling special wash items, and re-laundering unsatisfactory items at no additional cost. The document also details specific methods for finishing and packaging laundry, estimated workload data for various items, and precise pickup and delivery locations and schedules.
    The provided document is a medical linen supply order form, likely used by a healthcare facility to procure essential textile items. It lists a comprehensive array of medical linens, categorized for easy ordering. Key items include various types of soil linen bags (blue and red), white and wool blankets, medical coats (white and light blue), cubicle curtains, eyesheet drapes, elevator pads, adult and prophy gowns, blue and green hand towels, green and white pillowcases, and fitted, green, and white sheets. Additionally, it includes bath and washcloth towels (white), and a selection of apparel such as scrub tops/pants, shirts (small to x-large), pants (small to x-large), and navy blue/green and pediatric smocks. The form also includes sections for the section, date, preparer's name (print), signature, and document number, indicating its use for tracking and accountability within a medical or institutional setting. This document serves as a standard request or inventory management tool for medical textile supplies.
    This document, Wage Determination No. 2015-5457 Revision No. 28, issued by the U.S. Department of Labor, outlines minimum wage rates and fringe benefits for service contract workers in New Mexico's Curry, Lea, Quay, Roosevelt, and Union Counties, effective July 8, 2025. It details two primary wage requirements based on contract award dates: $17.75 per hour for contracts entered into or renewed after January 30, 2022 (Executive Order 14026), and $13.30 per hour for contracts awarded between January 1, 2015, and January 29, 2022, not renewed thereafter (Executive Order 13658). The document lists specific hourly wage rates for numerous occupations across various fields, including administrative, automotive, health, and IT. It also mandates fringe benefits such as health and welfare, vacation accrual (2-4 weeks based on tenure), and eleven paid holidays. Special provisions cover paid sick leave (EO 13706), hazardous duty pay differentials (4% or 8%), and uniform allowances. It further clarifies exemptions for computer professionals and provides guidelines for conforming unlisted job classifications and wage rates via SF-1444, emphasizing task-based classification over job titles.
    Lifecycle
    Title
    Type
    Combined Laundry Services
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laundry and Dry-Cleaning Services for the Blue Angels in El Centro, CA
    Buyer not available
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center San Diego, is seeking information from potential contractors to provide laundry and dry-cleaning services for the Navy Flight Demonstration Squadron, known as the Blue Angels, during their winter training at Naval Air Facility in El Centro, California, from December 31, 2025, to March 31, 2026. The contractor will be responsible for all aspects of service delivery, including management, labor, transportation, and facility operations, with a focus on same-day/next-day service to accommodate the squadron's high travel tempo. This opportunity is critical for maintaining the cleanliness and readiness of various uniforms and organizational clothing, ensuring they are free from soil, stains, and bacteria, while also adhering to strict performance and security standards. Interested parties must submit their capability statements and any inquiries to Noni Arcilla at noni.p.arcilla.civ@us.navy.mil by December 9, 2025, at noon Pacific Standard Time.
    NAF Laundry Service JBSA Lackland and Randolph
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    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--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.
    3695--ALBUQUERQUE, NM COMMERCIAL LAUNDRY EQUIPMENT
    Buyer not available
    The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement and installation of commercial laundry equipment for the Albuquerque VA Health Care System. The solicitation specifically calls for a Small Piece Folding Machine and a Blanket Folder System, with options for trade-in of existing equipment, and requires adherence to strict technical specifications and safety protocols. This procurement is crucial for enhancing the operational efficiency of laundry services within the healthcare system, ensuring compliance with federal, state, and local codes. Interested bidders must submit a technical quote detailing equipment capabilities and a separate price quote, with the contract duration set at 120 days, including equipment delivery within 90 days and installation within 30 days of delivery. For further inquiries, contact Senior Contract Specialist Monique T. Lara at Monique.Lara@va.gov.
    Cannon AFB - Operation and Maintenance of Wastewater Treatment Plant
    Buyer not available
    The Department of Defense, through the 27th Special Operations Contracting Squadron, is seeking proposals for the operation and maintenance of the Wastewater Treatment Plant (WWTP) at Cannon Air Force Base (AFB) in New Mexico. This procurement, designated as a Total Small Business Set-Aside, requires comprehensive non-personal services, including management, tools, supplies, equipment, and certified personnel to ensure 24/7 operation, maintenance, inspection, and repair of the WWTP, which has a capacity of approximately 1.5 million gallons per day. Proposals must demonstrate technical capability, past performance, and pricing, with a focus on technical and past performance factors being significantly more important than price. Interested vendors should submit their proposals by January 7, 2026, at 12:00 P.M. MST, and are encouraged to attend site visits scheduled for December 4 and 11, 2025. For further inquiries, contact Karina Bala at karina.bala@us.af.mil or Iris Rangel Bermudez at iris.rangelbermudez.1@us.af.mil.
    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.
    Dyess AFB, Custodial Services Synopisis
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is seeking qualified contractors to provide custodial services at Dyess Air Force Base (AFB) in Texas. The contract will cover a range of cleaning tasks to maintain the cleanliness and professional appearance of assigned buildings, including restocking restroom supplies and adhering to Air Force Custodial Standards (AFCOLS). This follow-on contract, which will replace the current contract ending on October 31, 2026, includes a base year followed by four option years, with all work performed in compliance with applicable laws and regulations. Interested parties can contact Christi Murphy at christi.murphy.1@us.af.mil or 325-696-1085 for further details.
    S299--DC Automated Scrub wear & Linen Dispensing/receiving/combo Rental equipment AMENDMENT 1 RFQ
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking bids for a one-year contract to rent 20 automated linen and scrub wear dispensing/receiving machines for the Washington DC Healthcare System. This procurement includes the provision of new equipment, installation, deinstallation, maintenance, training, and software for inventory management, with specific requirements for various machine types such as large and medium dispensers and receivers. The contract is crucial for enhancing operational efficiency in healthcare settings by ensuring a reliable supply of linens and scrub wear. Interested vendors must submit their quotes by December 8, 2025, at 12 PM EST, and can contact Stephanie Henderson at stephanie.henderson3@va.gov for further information.
    Unimac UY25 Washer & Dryer
    Buyer not available
    The Department of Defense, specifically the Naval Consolidated Brig Miramar Detachment Pearl Harbor, is seeking to procure new industrial-grade laundry equipment, specifically the Unimac UY25 Washer and compatible dryer, to replace outdated models that are no longer under warranty and frequently fail. The procurement aims to enhance operational efficiency and meet environmental standards by acquiring large-capacity washers and dryers that are durable and suitable for high-frequency use in correctional facilities. The selected contractor will be responsible for providing, installing, and training staff on the new equipment, with a completion deadline set for November 1, 2025. Interested vendors can contact Ken Parker at kenneth.l.parker16.civ@us.navy.mil or Robert S. Edwards at robert.s.edwards42.civ@us.navy.mil for further details.