Mobile Laundry Unit for Region 13 - National

SOL #: 12024B23Q7003Solicitation

Overview

Buyer

Agriculture
Forest Service
USDA FOREST SERVICE
BOISE, ID, 83705, United States

Place of Performance

Place of performance not available

NAICS

Drycleaning and Laundry Services (except Coin-Operated) (812320)

PSC

Forest/Range Fire Suppression/Presuppression Services (F003)

Set Aside

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

Timeline

1
Posted
Feb 22, 2023
2
Last Updated
Apr 20, 2026
3
Submission Deadline
Apr 28, 2026, 11:00 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 Agriculture (USDA), US Forest Service (USFS), is soliciting quotes for Mobile Laundry Units (Type 1 and Type 2) to support local, regional, and nationwide fire suppression and all-hazard incidents. This opportunity aims to establish multiple Incident Blanket Purchase Agreements (I-BPAs). Quotes are due April 28, 2026, at 5:00 PM MST.

Purpose & Scope

The USFS seeks self-contained mobile laundry units for use across the National Zone (Regions 2, 3, 4, 5, and 6) during fire suppression, all-hazard incidents, and prescribed fire project work. Contractors will be responsible for all equipment, materials, supplies, transportation, lodging, and personnel. The agreements may be used by Interagency Cooperators.

Key Requirements

  • Unit Types: Type 1 (minimum 2500 lbs/day production) and Type 2 (minimum 1500 lbs/day production).
  • Features: Self-contained, generators (maximum 68 dB at 50 ft), continuous hot water (minimum 140°F), minimum 2000-gallon storage for grey and potable water.
  • Laundry Process: Use synthetic, heavy-duty commercial-grade detergent (no fatty soaps/chlorine bleach). Special handling for Nomex (separate washing, specific temperatures). Laundry weighed dry, returned within 24 hours after the first 48 hours at the incident.
  • Operations: Facilities must be open daily from 0500-1000 and 1700-2200.
  • Personnel: Must be English-speaking.
  • Vehicles: Must meet licensing, inspection, and safety standards (e.g., backup alarms, appropriate braking systems).

Contract Details

  • Type: Multiple Incident Blanket Purchase Agreements (I-BPAs).
  • Duration: 2 years from the date of award, with annual reviews.
  • Guarantee: No orders or payments are guaranteed.
  • Rates: Proposed rates should be based on up to a 16-hour daily shift and include all pricing and estimated quantity details.

Set-Aside & Eligibility

This is a Total Small Business Set-Aside (100%). The applicable NAICS code is 812320 with a size standard of $7.00 Million. Socioeconomic status advantages (HUBZone, WOSB, EDWOSB, 8(A), Service-Disabled Veteran-Owned) are applicable for Dispatch Priority List (DPL) ranking.

Submission & Evaluation

  • Submission Method: Quotes must be submitted electronically via the Virtual Incident Procurement (VIPR) Next Gen System vendor application.
  • Vendor Requirements: Valid e-mail, valid UEI, active SAM registration, and a USDA Level 2 eAuthentication account are mandatory for VIPR account creation.
  • Evaluation Factors: Operational acceptability of equipment/resource, price reasonableness, and past performance dependability risk. A technical evaluation will require pictures and documentation.

Important Notes

Vendors should select the dispatch center closest to their resource location to ensure timely emergency incident support and best value for travel costs. An annual open season onboarding process may be initiated to add contractors/resources.

People

Points of Contact

Jennifer TravisPRIMARY

Files

Files

Download
Download
Download
Download
View
View
View
View
View

Versions

Version 11Viewing
Solicitation
Posted: Apr 20, 2026
Version 10
Solicitation
Posted: Mar 19, 2026
View
Version 9
Solicitation
Posted: Mar 19, 2026
View
Version 8
Solicitation
Posted: Jan 27, 2025
View
Version 7
Solicitation
Posted: Jan 22, 2024
View
Version 6
Solicitation
Posted: Mar 18, 2023
View
Version 5
Solicitation
Posted: Mar 17, 2023
View
Version 4
Solicitation
Posted: Mar 9, 2023
View
Version 3
Solicitation
Posted: Mar 8, 2023
View
Version 2
Pre-Solicitation
Posted: Mar 8, 2023
View
Version 1
Pre-Solicitation
Posted: Feb 22, 2023
View