Closed Solicitation · DEPT OF DEFENSE

    BULK LAUNDRY TAMC DDHC

    Sol. W81K0426RA002Sources SoughtJBSA FT SAM HOUSTON, TX
    Closed
    STATUS
    Closed
    closed Jun 2, 2025
    POSTED
    May 21, 2025
    Publication date
    NAICS CODE
    812332
    Primary industry classification
    PSC CODE
    S209
    Product & service classification

    AI Summary

    The U.S. Army Health Care Activity is seeking sources for Bulk Laundry Services at Tripler Army Medical Center and Cpl. Desmond T. Doss Health Clinic in Oahu, Hawaii. Contractors must provide labor, equipment, and management for cleaning government-owned linen, adhering to various health and safety standards. Interested bidders should possess or be in the process of obtaining HLAC or TRSA Hygienically Clean for Healthcare certification. This opportunity emphasizes the essential nature of laundry services for healthcare operations.

    Contract details

    Solicitation No.
    W81K0426RA002
    Notice Type
    Sources Sought
    Posted Date
    May 21, 2025
    Response Deadline
    June 2, 2025
    NAICS Code
    812332AI guide
    PSC / Class Code
    S209
    Issuing Office
    W40M USA HCA
    State
    TX
    ZIP Code
    78234-5074
    AI Product/Service
    service

    Description

    INTRODUCTION
    The United States Army Health Care Activity, Health Readiness Contracting Office
    (HRCO) is issuing this sources sought synopsis as a means of conducting market
    research to identify parties having an interest in and the resources to support the
    requirement , Bulk Laundry Services, Tripler Army Medical Center (TAMC) and Cpl.
    Desmond T. Doss Health Clinic (DDHC), Oahu, Hawaii. The Contractor shall provide
    Bulk Laundry Services for Tripler Army Medical Center (TAMC), located on the Island of
    Oahu, Hawaii and Desmond T. Doss Health Clinic, located on Schofield Barracks on the
    Island of Oahu, Hawaii. Contractor shall provide labor, equipment, supervision,
    management, supplies, transportation, and facilities, for the cleaning, processing and
    finishing services of Government Owned Linen for Tripler Army Medical Center (TAMC),
    located on the Island of Oahu, Hawaii and Cpl. Desmond T. Doss Health Clinic.
    Government Owned Linen consists of white and green sheets, blankets, white and
    green pillowcases, baby blankets and undershirts, laundry bags, scrubs, gowns, wraps,
    towels, surgical gowns, pajamas, Lab coats, etc., except as identified elsewhere in the
    performance work statement (PWS). When there are not sufficient carts available the
    contractor shall supplement with contractor owned carts at no additional cost. The
    Government will return the contractor supplied carts on or about the next scheduled
    delivery. The Contractor services include pickup and delivery of soiled and cleaned
    linen to the areas designated within the PWS. The Contractor shall establish and
    maintain a system of records to control and account for all work performed.
    All services shall be provided in accordance with current (a) The Joint Commission
    (TJC) standards, (b) the Center for Disease Control and Prevention’s Guidelines for
    Environmental Infection Control in Health-Care Facilities, (c) Occupational Safety and
    Health Administration standards, (d) Healthcare Laundry Accreditation Council (HLAC)
    or TRSA Hygienically Clean for Healthcare, best commercial laundry
    standards/practices, (e) International Fabricare Institute (IFI) and (f) any other
    applicable Federal, State and local regulations and guidelines. Performance shall be in
    accordance with the scope of the PWS and other specifications or provisions of the
    contract. Laundry services are considered a mission essential function and an essential
    contractor service. Requirements for this effort are determined by the pounds/pieces of
    soiled linen utilized on a daily/weekly basis.
    Certification: The Contractor shall comply with Army Supply Bulletin 8-75- 11,
    Chapter 7, and TAMC Infection Prevention Control Manual, Current Edition, and
    Healthcare Laundry Accreditation (HLAC) or Textile Rental Services Association
    (TRSA) Hygienically Clean for Healthcare.

    a. The offeror shall provide a valid copy of either their HLAC or TRSA
    Hygienically Clean for Healthcare certification and shall maintain certification
    throughout the term of the contract.
    OR
    b. The contractor/laundry facility shall provide proof of the application process for
    HLAC or TRSA Hygienically Clean for Healthcare certification when submitting
    proposals in response to the formal solicitation, once the Government decides to
    release the formal solicitation for this effort. It is important that interested offerors
    begin the process of applying for these certifications on time, pending the
    Government’s decision to release solicitation for this requirement.
    An approved HLAC or TRSA Hygienically Clean for Healthcare certificate must be
    submitted to the Government within six (6) months after the contract is awarded.
    Once the certification has been issued, a copy shall be provided to the
    Government immediately.
    BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET
    RESEARCH, THIS REQUIREMENT SHALL DETERMINE A SET ASIDE, IF ANY,ON
    THE BUSINESSS SIZE Telephone inquiries will not be accepted or acknowledged,
    and no feedback or evaluations will be provided to companies regarding their
    submissions.
    DISCLAIMER
    “THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS
    IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES
    NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A
    COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE
    NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO
    AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS
    ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS
    ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO
    THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES
    WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO
    THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE
    REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF
    ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL NOT BE
    SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS
    THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE
    FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”

    REQUIRED CAPABILITITES

    If your organization has the potential capacity to perform these contract services,
    please provide the following information: 1) Organization name, address, email
    address, Web site address, telephone number, and size and type of ownership for the
    organization; and 2) Tailored capability statements addressing the particulars of this
    effort, with appropriate documentation supporting claims of organizational and staff
    capability. If significant subcontracting or teaming is anticipated in order to deliver
    technical capability, organizations should address the administrative and management
    structure of such arrangements.
    The Government will evaluate market information to ascertain potential market
    capacity to: 1) provide services consistent, in scope and scale, with those described in
    this notice and otherwise anticipated; 2) secure and apply the full range of corporate
    financial, human capital, and technical resources required to successfully perform
    similar requirements; 3) implement a successful project management plan that
    includes: compliance with tight program schedules; cost containment; meeting and
    tracking performance; hiring and retention of key personnel and risk mitigation; and 4)
    provide services under a performance based service acquisition contract.
    ELIGIBILITY
    The applicable NAICS code for this requirement is 812332 with a Small Business Size
    Standard of $47M. The Product Service Code is S209. You are encouraged to
    respond; however, each respondent must be registered in sam.gov in their capabilities
    statement. The United States Army Health Care Activity, Health Readiness
    Contracting Office (HRCO) is seeking industry information and comments from
    sources with capabilities to perform the contract and with relevant experience in
    providing services necessary to perform services of the nature and scope described in
    this DRAFT PWS. Interested parties shall complete and submit the Capability
    Statement, attached Market Research Questionnaire and Experience Reporting
    Form to the government. Interested parties can also use the questions templates for
    any questions you have as part of your submission.
    ADDITIONAL INFORMATION AND SUBMISSION DETAILS
    1) Attachment 1 Market Research Questionnaire
    2) Attachment 2 Experience Reporting Form
    3) Attachment 3 Questions and Answers
    4) Attachment 5 Performance Work Statement
    5) Exhibit C TAMC DDHC Linen
    6) Capabilities Statement
    This documentation must address at a minimum the following items:
    1.) What type of work has your company performed in the past in support of the
    same or similar requirement?

    2.) Can or has your company managed a task of this nature? If so, please provide
    details.
    3.) Can or has your company managed a team of subcontractors before? If so,
    provide details.
    4.) What specific technical skills does your company possess which ensure
    capability to perform the tasks?
    5.) Please note that under a small business Set-Aside, in accordance with FAR
    52.219-14, the small business prime must perform at least 50% of the work
    themselves in terms of the cost of performance. Provide an explanation of your
    company’s ability to perform at least 50% of the tasking described in this PWS for
    the ordering period 1 through 5.
    6.) Provide a statement including current small/large business status and
    company profile to include number of employees, annual revenue history, office
    locations, EIN, Cage Code, etc.
    7.) Include in your response your ability to meet the requirements in the Facility
    requirements.
    The estimated period of performance consists of five ordering periods with
    performance commencing on 01 February 2026.
    Upon evaluation of the capability statements, if it is determined that this requirement
    will be a a firm fixed price contract.
    RESPONSE: Interested parties are requested to submit a capabilities statement to
    include their teaming partner/subcontractor of no more than fifteen (15) pages in length in
    Ariel font of not less than 10 pitch. The capability statement will specifically address you
    are able to launder the items listed in Exhibit C on a weekly basis The deadline for
    response to this request is no later than 2 pm, Central Daylight Time, 02 June 2025. All
    responses to this Sources Sought, including any capabilities statement, shall be
    electronically via emailed in either Microsoft Word or Portable Document Format (PDF),
    to Monica Perkins, Contract Specialist, monica.perkins3.civ@health.mil, Traci Louie,
    Contract Specialist, traci.r.louie.civ@health.mil and copy Cathering-Tehila Johnson,
    Contracting Officer, catherine-tehila.o.johnson.civ@health.mil.
    All data received in response to this Sources Sought that is marked or designated
    as corporate or proprietary will be fully protected from any release outside the
    Government.
    No phone calls will be accepted.

    All questions must be submitted to the contract specialist identified above. The
    Government is not committed nor obligated to pay for the information provided, and
    no basis for claims against the Government shall arise as a result of a response to
    this Sources Sought.
    Attachments
    1) Attachment 1 Market Research Questionnaire
    2) Attachment 2 Experience Reporting Form
    3) Attachment 3 Questions and Answers
    4) Attachment 5 Performance Work Statement
    5) Exhibit C TAMC DDHC Linen
    •Gain knowledge of common business practices for the specified requirement.
    •Obtain feedback regarding feasibility of the described requirement (challenges,
    limitations, costs, etc.)
    DISCLAIMER: DO NOT SUBMIT A NARRATIVE, PROPOSAL, BROCHURES, OR
    ANY ADDITIONAL INFORMATION.

    Key dates

    1. May 21, 2025Posted Date
    2. June 2, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BULK LAUNDRY TAMC DDHC is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.