Laundry Services, Drop-Off & Pick-Up (Camp Murray, WA)
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, specifically the W7N6 USPFO ACTIVITY WA ARNG, is soliciting proposals for Laundry Services (Drop-Off & Pick-Up) for the Central Issue Facility (CIF) at Camp Murray, WA. This is a Combined Synopsis/Solicitation (RFQ W912K3-26-R-0001) for a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The acquisition is unrestricted with full and open competition under NAICS code 812320 (Laundry and Drycleaning Services). Proposals are due June 3, 2026, at 2:00 P.M. (Pacific Time).
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, and services for non-personnel laundry and dry cleaning. This includes weekly pickup and delivery of military clothing and equipment (as detailed in Exhibit A of the PWS) at the CIF, Bldg 32, Camp Murray, WA. Services must adhere to industry standards for processing, sorting, washing, drying, and packaging. The contractor must also ensure proper handling, storage, and protection of government-owned laundry, separating clean and contaminated items. The contractor's facility must be within a two-hour commute of government facilities. Compliance with security, environmental, hazardous waste, and infectious disease requirements is mandatory.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ)
- Period of Performance: IDIQ period from 2026 – 2031, with an ordering period from June 15, 2026, through June 14, 2031.
- Minimum Guarantee: $5,000.00 (met with the first task order).
- Maximum IDIQ Value: Capped at $249,999.99.
- Set-Aside: Unrestricted acquisition; Full & Open Competition.
- Service Contract Act (SCA): Wage Determinations apply. Price increases are only permitted for verifiable SCA wage changes.
- Invoicing: Electronic via Wide Area Workflow (WAWF).
Submission & Evaluation
- Proposal Submission Deadline: June 3, 2026, at 2:00 P.M. (Pacific Time).
- Submission Method: Email proposals to dennis.k.jutras.civ@army.mil.
- Questions Deadline: May 28, 2026 (email only).
- Answers to Questions: Provided no later than June 1, 2026.
- Evaluation Criteria: Best Value to the Government, considering both price and non-priced factors such as past performance, proposed pick-up/drop-off process, and methods used. Offerors must complete the provided Pricing Addendum with unit prices valid for the entire contract duration.
Additional Notes
Contractor personnel require installation access and must comply with security and identification requirements. Operations are subject to Force Protection Conditions (FPCON). A quality control manual addressing HLAC, WAC, ECP, inventory management, and handling of lost/damaged items is required.