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 for commissaries located at Davis Monthan, Luke AFB, Fort Huachuca, Yuma MCAS, and Yuma PG in Arizona. This acquisition is a Total Small Business Set-Aside. Offers are due by May 1, 2026, at 2:00 PM EST.
Scope of Work
The contractor will be responsible for supplying linens (butcher coats, shirts, pants, aprons, smocks), mats (heavy-duty, non-slip), and mops (dust and wet) to designated DeCA commissary locations. Services include weekly pickup, cleaning, maintenance, and replacement of these items. All services are non-personal. Performance standards require linens to be clean, dry, and free of defects, with a 100% fill rate for every delivery. The contractor must comply with all applicable Government and Non-Government Documents, including OSHA and EPA regulations, and manage installation access and hazardous waste.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (HQC005-26-Q-E007)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code (PSC): W084 (Lease Or Rental Of Equipment: Clothing, Individual Equipment, And Insignia)
- NAICS Code: 812332 (Industrial Launderers)
- Anticipated Award Date: May 18, 2026
- Delivery Required By: June 1, 2026
- Offer Due Date: May 1, 2026, at 2:00 PM EST
- Questions Due: April 15, 2026
Submission & Evaluation
Proposals must be submitted in two severable volumes:
- Volume I: Business and Price Proposal
- Includes the completed pricing spreadsheet (Attachment 1 - Pricing Submission Document.xlsx), discount terms, narrative on assumptions/risks, explanation of FAR clauses' impact on pricing, completed representations and certifications (FAR 52.212-3), signed SF 30 (if applicable), and past performance information.
- Volume II: Non-Price Proposal
- Requires narratives on quality/safety/hygiene protocols, operational reliability, service infrastructure, internal quality control, and relevant certifications.
Offers are valid for 90 calendar days. Award will be based on a Best Value Trade-Off evaluation. Submissions should be emailed to Fatia Broussard (fatia.broussard@deca.mil) and Christina Ellison (christina.ellison@deca.mil).
Key Attachments
- Attachment 1 - Pricing Submission Document.xlsx: Critical template for bidders to input proposed pricing for various CLINs, locations, and option years.
- Attachment 2 - Statement of Work: Details the full scope, product specifications, and performance standards.
- Attachment 3 - Delivery Addresses: Provides specific DoDAACs and addresses for each commissary location.
- Attachment 4 - Provisions Incorporated: Lists FAR provisions like 52.212-3 (Representations and Certifications) and 52.219-1 (Small Business Program Representations).
- Attachment 5 - Clauses Incorporated: Outlines FAR/DFARS clauses and provides an addendum to FAR 52.212-1 with detailed instructions for offerors.