Laundry Services - Crow Service Unit
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 Indian Health Service (IHS), specifically the Billings Area Indian Health Service, is soliciting quotes for Laundry Services for the Crow/Northern Cheyenne Hospital at the Crow Service Unit in Crow Agency, Montana. This acquisition is a Total Small Business Set-Aside and anticipates awarding a single Firm Fixed Priced Purchase Order. Quotes are due by March 6, 2026, at 3:00 PM MT.
Scope of Work
The contractor will provide non-personal laundering services for the 24-bed Crow / Northern Cheyenne Hospital, which processes approximately 4,100 pounds of soiled linen per month, totaling an estimated 49,200 pounds annually. Services include all necessary personnel, equipment, transportation, and materials for picking up soiled linen, sorting, laundering, and delivering clean linen twice a week.
Contract Details
- Contract Type: Firm Fixed Priced Purchase Order
- Period of Performance: One (1) base year plus four (4) one-year option periods.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 812332 - Industrial Launderers
- Small Business Size Standard: $47.0 Million
- Product Service Code: S209 - Laundry And Dry Cleaning Services
- Place of Performance: Crow/Northern Cheyenne Hospital, 1 Hospital Way, Crow Agency, Montana 59022.
Key Requirements
- Pickup & Delivery: Twice weekly (Monday-Friday, 8:00 AM - 5:00 PM), excluding Federal Holidays. Contractor to record and consolidate tickets weekly.
- Quality Standards: Services must adhere to standards from the American Institute of Laundering, Joint Commission (TJC), OSHA, and relevant federal, tribal, state, and local regulations. Unsatisfactorily cleaned items must be re-cleaned at no additional cost.
- Linen Handling: Laundry sorting areas must be separate. Transport vehicles and carts must be cleaned with germicide. All items must be dry, free from spots, stains, holes, rips, lint, hair, and other foreign matter. A 5% rejection rate for unserviceable items is acceptable. Cleaned linen must be pre-sorted by size and type, with production sheets and shortage indications. CSU laundry must not be mixed with other facilities' laundry.
- Contractor Provided: Laundry carts.
Submission & Evaluation
- Quotes Due: March 6, 2026, by 3:00 PM MT.
- Submission Method: Electronically via email to Tanya.azure@ihs.gov.
- Offer Validity: Offers must be firm for at least 90 days.
- Evaluation Factors: Technical (Management, Quality Assurance, Customer Service), Past Performance (Relevance/Quality, Performance Confidence), and Price (Reasonableness, Balanced Pricing).
- Award Basis: Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors.
- Wage Determination: Wage Determination No. 2015-5397 (Rev. 27) applies to this Service Contract Act procurement.
Contact Information
- Primary Contact: Tanya Azure
- Email: Tanya.Azure@ihs.gov
- Phone: 4062477064