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, MICC-Fort Bliss, is conducting market research through this Sources Sought notice for Laundry and Dry Cleaning Services at Fort Bliss, TX. The government intends to procure these services on a competitive basis and is seeking to identify interested and capable parties. This effort is for non-personal services, requiring the contractor to manage all aspects of L&DC operations, including labor, supervision, transportation, facilities, equipment, and supplies. Responses are due by April 2, 2026, at 4 PM MST.
Scope of Work
The contractor will be responsible for operating and managing full-service Laundry and Dry-Cleaning (L&DC) operations, including distribution and collection points, with pick-up and delivery services. Key tasks involve maintaining continuity of operations during holidays or emergencies, and strict compliance with Army regulations (AR 710-2, AR 710-4, AR 210-130) and other applicable Federal, State, and local regulations. The scope includes maintaining a contractor-developed accountability tracking system for linens and Organizational Clothing and Individual Equipment (OCIE), and operating the Army Post Laundry Program (PLP) system.
Services encompass cleaning, processing, and returning standard linens, OCIE items, ceremonial uniforms, military funeral uniforms, flags, bunting, chaplains' vestments, and other specialty textile items within five business days. All cleaning must adhere to manufacturer care label instructions, ensuring finished items are clean, serviceable, properly folded, bundled, dry, and wrinkle-free. The use of bio-based laundry and dry-cleaning products is encouraged. The contractor must also provide a Program Manager and Alternate PM with at least three years of specialized experience, ensure personnel are properly trained (including Antiterrorism, iWatch, OPSEC, TARP, and CTIP), and maintain a Quality Control Program (QCP).
Contract & Timeline
- Opportunity Type: Sources Sought / Market Research
- Anticipated Contract Type: Firm-Fixed Priced
- Anticipated Period of Performance: Approximately 60 months (September 24, 2026, to September 23, 2031), 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. All Small Business Set-Aside categories will be considered.
- Place of Performance: Fort Bliss, TX.
- Response Due: April 2, 2026, 4 PM MST.
- Published Date: March 13, 2026.
Submission & Evaluation
Interested parties must submit a capabilities statement of no more than ten (10) pages. Responses should detail specific experience, management of similar tasks, subcontractor management, technical skills, ability to perform at least 50% of the work (for Small Business Set-Aside), business status, and qualification as a small business concern. Submissions must be e-mailed 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 strictly voluntary, and no funds are available for response preparation. Not responding does not preclude participation in any future solicitation. Telephone inquiries will not be accepted.