Linen and Mat Rental and Cleaning Services at the Davis Monthan, Luke AFB, Fort Huachuca, Yuma MCAS and Yuma PG Commissaries located in Arizona
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 Defense Commissary Agency (DECA) is soliciting proposals for Linen and Mat Rental and Cleaning Services at five commissaries across Arizona: Davis Monthan, Luke AFB, Fort Huachuca, Yuma MCAS, and Yuma PG. This is a Total Small Business Set-Aside opportunity. Offers are due by May 1, 2026, at 2:00 PM EST.
Scope of Work
The contractor will provide all personnel, equipment, and materials for the rental, delivery, pick-up, cleaning, maintenance, and replacement of various linens (butcher coats, shirts, pants, aprons, smocks), mats (3'x5', 3'x10', 4'x6'), and mops (dust and wet). Services are non-personal and require weekly pickup and delivery based on store schedules. Key performance standards include a 100% fill rate, ensuring items are clean, dry, and free of odors/stains, and repairing/replacing items with normal wear and tear. The contractor must comply with OSHA/EPA regulations, manage hazardous waste, obtain necessary permits, and use covered containers for soiled items. Invoicing will be processed via the Procurement Integrated Enterprise Environment (PIEE) system.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (HQC005-26-Q-E007)
- Set-Aside: Total Small Business
- NAICS Code: 812332 – Industrial Launderers
- PSC Code: W084 – Lease Or Rental Of Equipment: Clothing, Individual Equipment, And Insignia
- Anticipated Award Date: May 18, 2026
- Delivery Required By: June 1, 2026
- Contract Structure: Anticipated to include a base year and four option years, as indicated by the pricing submission document.
Submission Requirements
Offers must be submitted as two severable volumes:
- Volume I: Business and Price Proposal
- Price proposal utilizing Attachment 1 - Pricing Submission Document.xlsx, including weekly environmental, energy, and lost fees.
- Narrative on assumptions, risks, and mitigation plans.
- Explanation of FAR clauses 52.222-41, 52.222-42, and 52.222-43 impact on pricing.
- Completed representations and certifications (FAR 52.212-3).
- Signed SF 30 Amendment of Solicitation (if applicable).
- Past performance information (recent, relevant, and quality).
- Company letterhead stationery with agreement to terms.
- Volume II: Non-Price Proposal
- Narratives detailing quality, safety, and hygiene protocols.
- Operational reliability and service infrastructure.
- Internal quality control approach.
- List of relevant certifications and credentials.
Offers must be signed, dated, and submitted to Fatia Broussard (fatia.broussard@deca.mil) and Christina Ellison (christina.ellison@deca.mil). Offers are valid for 90 calendar days. Technical questions must be submitted in writing by April 15, 2026.
Evaluation
Award will be based on a Best Value Trade-Off methodology.
Key Attachments
Bidders should review Attachment 2 - Statement of Work for detailed requirements, Attachment 3 - Delivery Addresses for specific locations and DoDAACs, Attachment 4 - Provisions Incorporated for required certifications, and Attachment 5 - Clauses Incorporated for all applicable FAR/DFARS clauses and detailed instructions to offerors.