Garrison Project Laundry Services
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 U.S. Army Corps of Engineers (USACE) Omaha District is soliciting proposals for Garrison Project Laundry Services in Riverdale, ND. This is a Total Small Business Set-Aside for non-personnel services, including the laundering and exchange of area rugs, mop heads, and shop rags. The contract is anticipated to be Firm Fixed Price, with a base year and four option years. Quotations are due by March 6, 2026.
Scope of Work
The contractor will provide all labor, service, equipment, and transportation for bi-weekly laundering services at the Garrison Project's Administration Building, Outside Maintenance Facility, and Power Plant. This includes providing and washing area rugs, wet mop heads, dry mop heads, and shop rags. Services must meet specific performance standards for cleanliness, serviceability, and on-schedule delivery/pickup, monitored via a Quality Assurance Surveillance Plan (QASP).
Contract Details
- Contract Type: Firm Fixed Price (anticipated)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 812332 (Industrial Launderers, $47M size standard)
- Product Service Code: S299 (Other Housekeeping Services)
- Period of Performance: One base year (March 16, 2026 - March 15, 2027) and four 12-month option years, extending through March 15, 2031.
- Place of Performance: Garrison Project, Riverdale, ND 58565
Submission & Evaluation
- Quotations Due: March 6, 2026.
- Evaluation Criteria: Award will be based on the most advantageous offer, considering past performance (three similar project references from the last five years) and price (total cost). The government may consider option prices unbalanced.
- Required Documents: Bidders must utilize the provided Price Schedule for all contract years. A Wage Determination (WD 2015-5383 REV 27) is applicable for labor cost estimation and Service Contract Act compliance.
Special Requirements
Contractor personnel must adhere to USACE safety manual EM 385-1-1, complete Antiterrorism Level I and Suspicious Activity Reporting training, comply with physical security and access control, and use the E-Verify Program. Specific mat types are required, and invoicing for Power Plant items must be separate.
Point of Contact
Aaron Dugick, Contract Specialist, at aaron.t.dugick@usace.army.mil.