Amendment 1: Q&A for Canadian Laundry Services at Fort Riley, Kansas
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Army, MICC-FT Riley, is soliciting proposals for Canadian Laundry Services at Fort Riley, Kansas. This Total Small Business Set-Aside opportunity requires pick-up/drop-off laundry services three times a week for 371 members of the Department of National Defense (DND) of Canada. The service period is from March 1, 2026, to March 31, 2026. Proposals are due by February 17, 2026, at 10:00 CST.
Scope of Work
The contractor will provide comprehensive laundry services, including washing, drying, and disinfecting uniforms, clothing, blankets, linen, and laundry bags. Key requirements include:
- Processing up to 1,113 bags of laundry per week.
- Ensuring items are returned in their original bags, completely dry and free of moisture.
- Maintaining original appearance, minimizing fading, wrinkling, and shrinking, and removing stains where practical.
- Establishing a lost-and-found procedure.
- Operating an off-site facility within 62 miles (100km) of Fort Riley.
- Utilizing clean vehicles with fully enclosed cargo hulls.
Key Clarifications (Amendment 1 Q&A)
- Lost & Found: A controlled physical process at the pick-up/drop-off point is sufficient; a formal log is not required.
- Laundry Bags: Canadian Armed Forces (CAF) will pre-label bags; the Contractor may add temporary internal identification.
- Mixed Loads: Uniforms and civilian clothing can be washed together if quality standards are met.
- Damaged Items: The Contracting Officer's Representative (COR) will make the final determination between normal wear and tear and Contractor-caused damage.
- Subcontractors: Confirmation of contractor responsibility is sufficient; disclosure is not required in the technical submission.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Request for Quote (RFQ).
- Period of Performance: March 1, 2026 – March 31, 2026.
- Set-Aside: Total Small Business.
- NAICS Code: 812332, Industrial Launderers ($47M size standard).
- Questions Due: February 10, 2026, at 10:00 CDT (Q&A already posted).
- Proposal Due: February 17, 2026, at 10:00 CST.
- Published Date: February 11, 2026.
Evaluation & Eligibility
Award will be based on the Lowest Price Technically Acceptable (LPTA) method, considering Price, Technical Capability, Schedule, and Contractor Past Performance. Offerors must be registered in SAM.gov with the appropriate NAICS code and have certified FAR clauses 52.204-24, 52.204-25, and 52.204-26.
Special Requirements
Contractor personnel must be cleared for entry onto Fort Riley, comply with AT/OPSEC requirements (including background checks and training), and submit a Quality Control Plan (CQCP). A Wage Determination (2015-5337 rev28) applies, outlining minimum wage rates and fringe benefits.
Contact Information
Primary Point of Contact: Kelsey Anderson (kelsey.m.anderson12.civ@army.mil). Secondary Point of Contact: Travis E Engle (travis.e.engle.civ@army.mil).