Laundry and Dry Cleaning 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 Department of the Army, through the Mission and Installation Contracting Command – Fort Bliss, is conducting market research via a Sources Sought notice for Laundry and Dry Cleaning Services at Fort Bliss, TX. This is to identify interested and capable parties for a potential competitive procurement. Responses are due by 4 PM MST on March 17, 2026.
Scope of Work
The contractor will operate and manage full-service Laundry and Dry-Cleaning (L&DC) operations, including distribution and collection points, and execute pick-up and delivery services. Key tasks involve cleaning, processing, and returning standard linens, Organizational Clothing and Individual Equipment (OCIE), ceremonial uniforms, military funeral uniforms, flags, bunting, and chaplains' vestments within five business days. All cleaning must adhere to manufacturer care labels, ensuring items are clean, serviceable, properly folded, dry, wrinkle-free, and free of damage. The contractor must maintain an accountability tracking system, operate the Army Post Laundry Program (PLP), and ensure property accountability for Government-furnished items. Bio-based cleaning products are encouraged. Personnel must be appropriately dressed, identified, and comply with all relevant Federal, State, Local, and CDC regulations.
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed Priced
- Anticipated Period of Performance (PoP): Approximately September 24, 2026, to September 23, 2027, with four-year option periods.
- NAICS Code: 812320, with a Small Business Size Standard of $8.0M.
- Set-Aside: The requirement may be set-aside for Small Businesses (in full or in part) or procured through Full and Open Competition. Businesses of all sizes are encouraged to respond and identify their status.
- Response Due: March 17, 2026, by 4 PM MST.
- Published: March 16, 2026.
Submission Requirements
Interested parties must submit a capabilities statement, not exceeding ten pages, addressing:
- Specific experience in similar tasks.
- Management approach for tasks and subcontractors.
- Technical skills.
- Ability to perform at least 50% of the work (for Small Business Set-Aside).
- Company profile and business status (e.g., small business concern). Responses must be emailed to melissa.e.garciaronquillo.civ@army.mil and tiffany.a.salone.mil@army.mil.
Additional Notes
This is for informational purposes only and is NOT a Request for Proposal (RFP). Responses are voluntary, will not be returned, and no feedback will be provided. Not responding does not preclude participation in future solicitations. Telephone inquiries will not be accepted.