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 at Davis Monthan, Luke AFB, Fort Huachuca, Yuma MCAS, and Yuma PG in Arizona. This is a Total Small Business Set-Aside opportunity. The contractor will be responsible for supplying, cleaning, and servicing linens, mats, and mops on a weekly basis. Offers are due by May 26, 2026, at 2:00 PM EST.
Scope of Work
The contractor will furnish all personnel, equipment, tools, materials, supervision, and services for the rental, delivery, pick-up, cleaning, maintenance, and replacement of various items. This includes:
- Linens: Butcher coats, shirts, pants, aprons (red, royal blue, forest green, wine), and smocks (royal blue, forest green, wine) with specific material, color, and sizing requirements.
- Mats: Heavy-duty, non-slip backing mats in Black or Grey, in sizes 3'x5', 3'x10', and 4'x6'.
- Mops: Industrial strength dust mops (36", 48") and wet mops (24oz, 28oz).
Performance standards require linens to be clean, dry, free of lint, odor, spots, stains, and wrinkles, with a 100% fill rate for every delivery. The contractor must comply with OSHA and EPA regulations, obtain installation access, and provide covered containers for soiled items. Services are non-personal.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (Commercial Service)
- 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
- Period of Performance: Delivery required no later than July 1, 2026.
- Anticipated Award Date: June 1, 2026.
- Offers Due: May 26, 2026, 2:00 PM EST.
- Published Date: May 15, 2026.
Submission & Evaluation
Award will be made using a Best Value Trade-Off approach. Offers must be submitted electronically via email to fatia.broussard@deca.mil and christina.ellison@deca.mil. Proposals must be structured into two distinct volumes:
- Volume I (Business and Price Proposal): Must include the completed pricing submission document (Attachment 1), representations and certifications (FAR 52.212-3), and a narrative on assumptions and risks.
- Volume II (Non-Price Proposal): Must include a technical proposal demonstrating understanding of requirements, narratives on quality/safety/hygiene protocols, operational reliability, internal quality control, and a list of relevant certifications. Past performance information, recent (within three years) and relevant to laundered linens, mats, and mops for grocery retailers, is also required.
Offerors must agree to hold prices firm for 90 calendar days from the quote receipt date. Delivery addresses for each commissary are provided in Attachment 3.
Key Documents
- Attachment 1 - Pricing Submission Document.xlsx: Template for detailed pricing across CLINs, locations, and contract options.
- Attachment 2 - Statement of Work: Comprehensive details on service requirements, product specifications, and performance standards.
- Attachment 3 - Delivery Addresses.pdf: Lists specific delivery addresses and DoDAACs for all performance locations.
- Attachment 4 - Provisions Incorporated.pdf: Outlines key FAR provisions including 52.203-11, 52.212-3, and 52.219-1.
- Attachment 5 - Clauses Incorporated.pdf: Details FAR/DFARS clauses and provides critical instructions for proposal submission, including the two-volume structure and content requirements.