Intent to Sole Source-Industrial Launderers for Red Lake Hospital
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. Department of Health and Human Services (HHS), Indian Health Service (IHS), Bemidji Area Office, Red Lake Service Unit intends to award a Firm Fixed-Price sole source contract to the Red Lake Tribal Council for Industrial Launderers services at the Red Lake Hospital in Redlake, MN. The estimated value of this action is $560,000.00.
Scope of Work
The requirement is for essential healthcare-grade laundry services, including reliable, routine pickup and delivery, to ensure uninterrupted patient care operations at the Red Lake Hospital.
Contract & Timeline
- Type: Firm Fixed-Price, Sole Source (Intent)
- Duration: Base year plus four option years
- Estimated Value: $560,000.00
- Authority: Federal Acquisition Regulation (FAR) 13.501(a) and FAR 6.302-1 (Only one responsible source reasonably available).
- NAICS Code: 812332 – Industrial Launderers
- Response Due: March 9, 2026, 2:00 PM CST
- Published: February 26, 2026
Rationale for Sole Source
The Red Lake Tribal Council (dba Jourdain Perpich Extended Care Facility) is identified as the only responsible source capable of providing the required CMS-compliant healthcare-grade laundry services within the immediate geographic area of Red Lake, Minnesota. Due to the rural and remote location, and the critical need for uninterrupted patient care, no other known sources can meet the Government's needs without substantial duplication of cost or unacceptable delay. The proposed contractor has been providing these services for over 30 years and is conveniently located, attached to the hospital.
Response Information
This notice is an intent to issue a sole source award and is not a request for competitive quotes. However, interested persons who believe they can meet this requirement may identify their interest and capability or submit a quote. Responses must provide clear and convincing evidence, including technical capabilities, demonstrating that competition would be advantageous to the Government. Information received will be considered solely to determine if a competitive procurement is feasible.
Contact Information
Primary Point of Contact: Winona Kitto, Purchasing Agent (winona.kitto@ihs.gov)