Lackland Laundry and Linen
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 Defense Health Agency (DHA) is conducting market research through a Request for Information (RFI)/Sources Sought Notice (SSN) to identify qualified businesses capable of providing Laundry and Linen Services for the 59th Medical Wing (59 MDW) at Joint Base San Antonio (JBSA), TX. This is for informational and planning purposes only and is not a solicitation. Responses are due by 4:00 pm CT on May 28, 2026.
Scope of Work
The requirement involves comprehensive laundry services, including pickup, linen receipt/weight verification, laundering, packaging, and delivery of government-owned medical linens. The estimated annual workload is approximately 420,520 pounds of various linen types (e.g., bags, gloves, gowns, bed sheets, lab coats). Services will be performed at specific locations within Wilford Hall Ambulatory Surgical Center (WHASC) and Randolph AFB. Laundering must comply with the OSHA Bloodborne Pathogen Standard (1910.1030), including washing at a minimum of 71°C (160°F) for 25 minutes. The turnaround time for items is no longer than the next scheduled delivery.
Delivery Schedule
Pickup and delivery of items are required twice weekly, specifically on Tuesdays and Thursdays, at the Medical Wing Facility. If a holiday falls on a scheduled day, service will occur on the last workday prior. All pickups and deliveries must be completed Monday through Friday, between 0800 and 1500.
Information Requested
Interested businesses are requested to provide:
- Company Name, Address, Point of Contact, UEI, Cage Code, and DUNS Number.
- Business Size and socio-economic categories (e.g., Small Business, HUBZone, 8(a), SDVOSB).
- Feedback on the attached Performance Work Statement (PWS) dated February 26, 2026, including any impediments or concerns regarding pricing.
- Capability for pickup/delivery frequency (twice weekly, once weekly, or maximum supported).
- Distance from their facility to WHASC and Randolph AFB.
- Details on any planned teaming arrangements or subcontracting.
- Ability to utilize Government vehicles (e.g., FSS, GWAC).
- Assessment of whether facility distance is prohibitive for fair pricing and suggestions for improvement.
- Any other factors preventing proposal submission (e.g., security, facility limitations).
- Foreseen challenges or concerns and suggestions to improve clarity or feasibility.
Contract & Timeline
- Type: Sources Sought / Request for Information
- NAICS Code: 812320, Drycleaning and Laundry Services (Except Coin-Operated)
- Set-Aside: None specified
- Response Due: May 28, 2026, 4:00 pm CT
- Published: May 15, 2026
Response Instructions
Responses must be submitted electronically to Mr. Joe Wells (joe.d.wells3.civ@health.mil) and Mr. Matthew Brinkmann (matthew.j.brinkmann.civ@health.mil).
Additional Notes
This notice does not guarantee a solicitation or contract award. Registration in SAM.gov is required for any future Federal Government award.