Laundry and Dry-Cleaning Services

SOL #: 75H71026Q00098Combined Synopsis/Solicitation

Overview

Buyer

Health And Human Services
Indian Health Service
NAVAJO AREA INDIAN HEALTH SVC
WINDOW ROCK, AZ, 86515, United States

Place of Performance

Shiprock, NM

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

Laundry And Dry Cleaning Services (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 5, 2026
2
Submission Deadline
Mar 12, 2026, 4:00 PM

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 Indian Health Service (IHS), under the Health And Human Services department, is soliciting proposals for Laundry and Dry-Cleaning Services for the Northern Navajo Medical Center (NNMC) in Shiprock, NM. This is a Combined Synopsis/Solicitation designated as a Total Small Business Set-Aside. The opportunity seeks to establish a five-year contract for comprehensive laundry and dry-cleaning services. Quotes are due by March 12, 2026, at 10:00 AM MST.

Opportunity Overview

This solicitation, identified as 75H71026Q00098, aims to secure scheduled and on-call pickup and delivery of laundry services. The relevant North American Industry Classification System (NAICS) code is 812320 – Laundry and Dry-Cleaning Service. The place of performance is the Northern Navajo Medical Center, Shiprock, NM.

Scope of Work

The contractor will be responsible for providing all management, supervision, quality control, labor, facilities, equipment, supplies, and transportation necessary for laundry and dry-cleaning services. Key requirements include:

  • Comprehensive Services: Flatwork, rough dry, and finish work for various items.
  • Pickup and Delivery: Scheduled and on-call services, Monday through Friday, between 5:00 AM and 9:00 AM. Soiled laundry must be picked up and clean laundry delivered the following delivery day.
  • Contamination Control: Handling all soiled laundry as potentially contaminated with blood or body fluids, and ensuring NAIHS medical facilities' laundry is completely separated.
  • Quality Standards: Finished laundry must be clean, dry, folded, and pressed (as needed). Minor repairs such as replacing broken buttons/zippers/snaps and mending torn items are required. Lab jackets, smocks, and cubical curtains must be hung on hangers and wrapped.
  • Packaging and Documentation: All finished laundry must be packaged by type, using clear plastic wrap, and placed in linen carts. A delivery ticket with weight and article type is required for billing.
  • Facility and Personnel: The contractor's facility must meet current Facility Guidelines Institute "Guidelines for Design and Construction of Health Care Facilities." Contractor employees must wear visible photo identification badges.
  • Contingency Planning: A Contingency Plan and a plan to continue service without interruption in case of a labor dispute must be submitted.

Contract Details

  • Contract Type: Combined Synopsis/Solicitation for commercial products or services.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Period of Performance: A total of five (5) years, comprising a 12-month base period and four (4) successive 12-month option periods:
    • Base Period: May 1, 2026, to April 30, 2027
    • Option Period 1: May 1, 2027, to April 30, 2028
    • Option Period 2: May 1, 2028, to April 30, 2029
    • Option Period 3: May 1, 2029, to April 30, 2030
    • Option Period 4: May 1, 2030, to April 30, 2031

Submission & Evaluation

  • Quote Due Date: March 12, 2026, at 10:00 AM MST.
  • Submission Instructions: Refer to FAR 52.212-1. Quotes must be submitted electronically to Dallas Begay at dallas.begay@ihs.gov. Detailed instructions are provided in Volume I (Administrative Documents), Volume II (Technical Approach), and Volume III (Pricing Information) of the solicitation.
  • Evaluation Factors: Refer to FAR 52.212-2. Evaluation will be based on Technical Capability and Price.
  • Wage Determination: Bidders must adhere to the "Register of Wage Determinations Under the Service Contract Act" for New Mexico, San Juan County, ensuring proposed wages and benefits meet or exceed minimum requirements.

Contact Information

People

Points of Contact

Dallas BegayPRIMARY

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
Laundry and Dry-Cleaning Services | GovScope