Laundry Services PHNSY&IMF

SOL #: 25-960-0006Sources Sought

Overview

Buyer

PEARL HARBOR, HI, 96860-5033, United States

Place of Performance

JBPHH, HI

NAICS

Industrial Launderers (812332)

PSC

Laundry And Dry Cleaning Services (S209)

Set Aside

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

Timeline

1
Posted
Jan 9, 2026
2
Last Updated
Mar 7, 2026
3
Response Deadline
Jan 9, 2025, 6:00 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 Department of the Navy, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY & IMF), intends to solicit proposals for Laundry Services at JBPHH, HI. This requirement is a Total Small Business Set-Aside and will cover a base year plus four one-year option periods and an additional six-month option. A formal solicitation is anticipated to be posted on or about March 13, 2026.

Scope of Work

The contractor will provide comprehensive laundry services, including all labor, personnel, materials, equipment, and transportation. Services encompass pickup, cleaning, drying, conditioning, ironing, delinting, packing, counting, special handling (e.g., biohazard), sorting, delivery, and minor repairs (tears up to 3 inches, holes up to 1 inch diameter). The primary items to be laundered are approximately 32,000 safety coveralls of various types, including general purpose, arc flash, painter, and sand blaster coveralls. Special handling for arc flash coveralls (ASTM F1449-08) and water repellent treatment for specific articles are required.

Contract & Timeline

  • Type: Pre-solicitation for a future contract
  • Duration: One base year (April 18, 2026 – April 17, 2027) plus four one-year option periods, and a final six-month option period extending through October 17, 2031.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Solicitation Expected: On or about March 13, 2026
  • Published: March 7, 2026

Performance Standards & Special Requirements

Key performance standards include 95% on-time pickup/delivery, 95% compliance with industrial laundry standards, packaging, and workmanship, and 95% accuracy in delivery quantities. Contractors must use at least 90% biodegradable soaps/detergents. Contractor employees must be U.S. citizens, registered with DBIDS for base access, and clearly identify themselves as contractors. Invoicing will be via Wide Area Workflow (WAWF), and the contractor must maintain a Quality Control Plan (QCP). Special mission/contingency services may require extended hours and will be negotiated.

Additional Notes

This is a pre-solicitation notice for informational and planning purposes only and does not constitute a request for proposals. All dates and information are subject to change.

People

Points of Contact

Evangeline CalaustroSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Pre-Solicitation
Posted: Mar 7, 2026
View
Version 2
Sources Sought
Posted: Feb 12, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 9, 2026
Laundry Services PHNSY&IMF | GovScope