Laundry Services PHNSY&IMF
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 Navy, specifically the Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF), is soliciting proposals for Laundry Services under Solicitation Number N32253-26-Q-0038. This is a Total Small Business Set-Aside to provide comprehensive laundry and dry-cleaning services for various workwear. Quotes are due March 27, 2026, at 10:00 a.m. HST.
Scope of Work
The contractor will provide all labor, personnel, materials, and transportation for laundry services, including pickup, cleaning, drying, conditioning, ironing, folding, delinting, packing, counting, sorting, and delivery of items such as general purpose, Arc Flash, Painter, and Sand Blaster coveralls. Services require a 24-hour turnaround time (excluding weekends/holidays) and minor repairs to tears/holes. Performance standards mandate items be clean, free of soil/stains/bacteria, and maintain original shape, with 95% on-time pickup/delivery and quality compliance.
Contract Details
- Type: Solicitation (N32253-26-Q-0038) for commercial products and services.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 812332 (Size Standard: $47 million).
- PSC: S209 (Laundry And Dry Cleaning Services).
- Period of Performance: A base year (April 18, 2026 - April 17, 2027), four one-year option periods, and an additional 6-month option, potentially extending through April 17, 2031.
- Place of Performance: Pearl Harbor Naval Shipyard and IMF, JBPHH, HI.
- Funding: Obligation is contingent upon the availability of appropriated funds.
Key Requirements & Eligibility
Offerors must possess a valid CMMC Level 1 (Self-Assessment) certification at the time of offer submission and for the duration of any resulting contract; failure to comply will result in ineligibility. Contractor employees must be U.S. citizens and registered with DBIDS for facility access. Bidders must adhere to strict Operations Security (OPSEC), physical security, safety, and environmental protection guidelines outlined in various appendices. Compliance with Wage Determination Rev. No. 27 for Service Contract Act is mandatory.
Submission & Evaluation
- Submission: Complete quotes must include Standard Form 1449, unit prices for CLINs, a detailed technical quote (not to exceed 8 pages), and an itemized price breakdown. Quotes must be emailed to both primary and secondary points of contact.
- Evaluation: Award will be made to the Lowest Priced Technically Acceptable (LPTA) offeror, based on technical capability and price.
- Questions Due: March 25, 2026, 08:00 a.m. HST.
- Quotes Due: March 27, 2026, 10:00 a.m. HST.
- Registration: Firms must be registered in SAM.gov by the award date.