Active Solicitation · DEPARTMENT OF HEALTH AND HUMAN SERVICES

    WESTERN OREGON SERVICE UNIT LAUNDRY SERVICE

    Sol. 75H71326Q00034Combined Synopsis/SolicitationSet-aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)PORTLAND, OR
    Open · 20d remaining
    DAYS TO CLOSE
    20
    closes Jun 3, 2026
    POSTED
    May 11, 2026
    Publication date
    NAICS CODE
    812320
    Primary industry classification
    PSC CODE
    S209
    Product & service classification

    AI Summary

    The Indian Health Service is soliciting quotations for laundry services for the Western Oregon Service Unit. This RFQ is set aside for Indian Small Business Economic Enterprises and includes a firm-fixed-price contract for recurring laundry services, with an estimated weekly utilization of 820 items. The contract will have a base period and four option periods.

    Contract details

    Solicitation No.
    75H71326Q00034
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
    Posted Date
    May 11, 2026
    Response Deadline
    June 3, 2026
    NAICS Code
    812320AI guide
    PSC / Class Code
    S209
    Issuing Office
    INDIAN HEALTH SERVICE
    Primary Contact
    Jacob Blalock
    State
    OR
    ZIP Code
    97209
    AI Product/Service
    service

    Description

    This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Part 12. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.

    Solicitation No. 75H71326Q00034 has been issued as a Request for Quotation (RFQ) for a firm-fixed-price commercial services purchase order for Laundry Services for the Indian Health Service, Portland Area Office, Western Oregon Service Unit, Salem, Oregon.

    The scope of work includes recurring laundry services for the Western Oregon Service Unit, including pickup of soiled laundry, processing and laundering of authorized textile items, return delivery of clean laundry, inventory accountability, service records, and related support for patient care and staff operations. Estimated weekly utilization is approximately 820 laundered/rented textile items per week, plus approximately 5 weekly inventory-maintenance/stock-support billing units. These estimates are for planning and pricing purposes only and are not a guarantee of actual quantities.

    The anticipated period of performance includes one 12-month base period and four 12-month option periods and base period will begin from date of award. Each option period, if exercised, will continue for 12 months following the prior performance period.

    The place of performance includes the Contractor-controlled laundry processing location(s) and the Western Oregon Service Unit, Chemawa Indian Health Center, 3750 Chemawa Road NE, Salem, Oregon 97305, for pickup and delivery. Government acceptance will occur at the Western Oregon Service Unit.

    SOLICITATION INFORMATION

    Solicitation Number: 75H71326Q00034

    Request Type: Request for Quotation

    Contract Type: Firm Fixed Price Commercial Services

    Set-Aside: Indian Small Business Economic Enterprise (ISBEE) Set-Aside under the Buy Indian Act

    NAICS Code: 812320 - Drycleaning and Laundry Services (except Coin-Operated)

    Small Business Size Standard: $8.0 million average annual receipts

    Product Service Code: S209 - Housekeeping - Laundry/Drycleaning

    Issue Date: May 11, 2026

    Quotation Due Date: June 2, 2026 at 5:00 PM Pacific Time

    Submit Quotations To: jacob.blalock@ihs.gov and pao.doa@ihs.gov

    Email Subject Line: 75H71326Q00034 - WOSU Laundry Service Quote

    This requirement is set aside for Indian Small Business Economic Enterprises. Under the Buy Indian Act, offers are solicited only from Indian Economic Enterprises that are also small business concerns under the applicable NAICS code. Offers received from enterprises that are not both Indian Economic Enterprises and small business concerns will not be considered and will be rejected.

    Offerors shall submit a completed IHS Indian Economic Enterprise Representation Form with the quotation. The offeror shall remain eligible as an Indian Economic Enterprise at the time of quotation, at the time of award, and throughout contract performance. If an offeror proposes to use subcontractors or teaming partners, the quotation shall clearly identify the proposed subcontracting or teaming arrangement and show how the prime offeror will comply with applicable Buy Indian Act subcontracting limitations.

    ATTACHMENTS

    - Attachment 1 - Schedule of Items

    - Attachment 2 - Performance Work Statement

    - Attachment 3 - IHS IEE Representation Form

    - Attachment 4 - Wage Determination 2015-5573 Rev. 28

    APPLICABLE PROVISIONS AND CLAUSES

    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-01 dated March 13, 2026.

    FAR 52.212-1 Instructions to Offerors—Commercial applies to this acquisition.
    FAR 52.212-2 Evaluation—Commercial Items applies to this acquisition.
    FAR 52.212-4 Contract Terms and Conditions—Commercial Items applies.

    Full text available at http://www.acquisition.gov

    - FAR 52.204-7, System for Award Management - Registration (NOV 2025).

    - FAR 52.212-1, Instructions to Offerors - Commercial Products and Commercial Services (NOV 2025).

    - FAR 52.212-2, Evaluation - Commercial Products and Commercial Services (NOV 2025).

    - FAR 52.217-5, Evaluation of Options (NOV 2025).

    - FAR 52.203-17, Contractor Employee Whistleblower Rights (NOV 2023).

    - FAR 52.204-13, System for Award Management - Maintenance (NOV 2025).

    - FAR 52.204-19, Incorporation by Reference of Representations and Certifications (DEC 2014).

    - FAR 52.212-4, Terms and Conditions - Commercial Products and Commercial Services (NOV 2025).

    - FAR 52.217-8, Option to Extend Services (NOV 1999).

    - FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000).

    - FAR 52.219-14, Limitations on Subcontracting (NOV 2025).

    - FAR 52.222-3, Convict Labor (NOV 2025).

    - FAR 52.222-35, Equal Opportunity for Veterans (NOV 2025).

    - FAR 52.222-36, Equal Opportunity for Workers with Disabilities (NOV 2025).

    - FAR 52.222-37, Employment Reports on Veterans (NOV 2025).

    - FAR 52.222-50, Combating Trafficking in Persons (NOV 2025).

    - FAR 52.222-54, Employment Eligibility Verification (NOV 2025).

    - FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (NOV 2025).

    - FAR 52.224-1, Privacy Act Notification (APR 1984).

    - FAR 52.224-2, Privacy Act (APR 1984).

    - FAR 52.224-3, Privacy Training (JAN 2017).

    - FAR 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024).

    - FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (OCT 2018).

    - FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023).

    - FAR 52.233-3, Protest After Award (NOV 2025).

    - FAR 52.233-4, Applicable Law for Breach of Contract Claim (NOV 2025).

    - FAR 52.237-3, Continuity of Services (JAN 1991).

    - FAR 52.240-91, Security Prohibitions and Exclusions (NOV 2025).

    - FAR 52.240-93, Basic Safeguarding of Covered Contractor Information Systems (NOV 2025).

    - FAR 52.244-6, Subcontracts for Commercial Products and Commercial Services (NOV 2025).

    DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CLAUSES:

    - HHSAR 352.224-70, Privacy Act (DEC 2015).

    - HHSAR 352.226-1, Indian Preference (DEC 2015).

    - HHSAR 352.226-2, Indian Preference Program (DEC 2015).

    - HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprise Set-Aside (JAN 2022).

    - HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (JAN 2022).

    - HHSAR 352.226-7, Indian Economic Enterprise Representation (JAN 2022).

    - HHSAR 352.232-71, Electronic Submission of Payment Requests (FEB 2022).

    - HHSAR 352.237-70, Pro-Children Act (DEC 2015).

    - HHSAR 352.237-71, Crime Control Act of 1990 - Reporting of Child Abuse (DEC 2015).

    - HHSAR 352.237-72, Crime Control Act of 1990 - Requirement for Background Checks (DEC 2015).

    - HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (DEC 2015).

    - HHSAR 352.239-74, Electronic and Information Technology Accessibility (DEC 2015).

    The Contractor may submit invoices weekly or monthly through IPP. Invoices shall only include services that have been performed/provided and accepted. Weekly or monthly invoices shall be based on the applicable annual CLIN amount and the value of accepted services performed/provided during the applicable billing period. The Contractor shall not invoice in advance.

    INSTRUCTIONS TO RESPONDENTS AND EVALUATION CRITERIA

    Submission of Quotes

    Quotations shall be submitted electronically to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than June 2, 2026 at 5:00 PM Pacific Time. The email subject line should read: 75H71326Q00034 - WOSU Laundry Service Quote.

    The Government may consider a quotation received after the due date and time only if the Contracting Officer determines that doing so would not unduly delay the acquisition and would be in the Government interest. Offerors are responsible for ensuring timely receipt.

    Quotes shall include:

    • Completed price quote (CLIN Schedule of Items) with one annual dollar amount for the base period and each of the four option periods, and shall include all labor, management, supervision, equipment, tools, materials, supplies, laundry processing, cleaning agents, pickup, delivery, transportation, containers, inventory support, service records, insurance, overhead, profit, and other costs necessary to perform the requirement.
    • Technical quotation addressing the Performance Work Statement and evaluation factors below, including pickup and delivery, laundry processing, cleanliness and usability, packaging and protection of clean items, inventory accountability, infection control and safety, quality control, service records, and continuity of service.
    • Prior experience and past performance on recent and relevant laundry services, healthcare linen services, uniform or textile processing, facilities support, subcontractor management, and reporting requirements, including at least three references.
    • Confirmation of active SAM.gov registration for Federal Government contracts and the offeror's UEI.
    • Evidence of required licenses, permits, insurance, sanitation procedures, laundry processing controls, or certifications required for performance, if applicable.
    • Completed IEE Form.

    Questions

    Questions regarding this solicitation shall be submitted in writing via email to jacob.blalock@ihs.gov and pao.doa@ihs.gov no later than four (4) business days prior to the closing date. The subject line shall include the solicitation number 75H71326Q00034.

    BASIS FOR AWARD

    The Government intends to award a contract to the responsible Offeror whose quote represents the best value to the Government, considering price and non-price factors. The Government may award to other than the lowest-priced Offeror.

    The Government reserves the right to:

    • Make no award
    • Evaluate quotes without discussions
    • Communicate with Respondents for clarification purposes only
    • Exclude quotes that fail to follow solicitation instructions

    EVALUATION FACTORS

    The Government will award a purchase order to the responsible offeror whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government may make no award if no quotation is technically acceptable, if no offeror is responsible, or if pricing is not determined fair and reasonable.

    The following factors will be used to evaluate quotations:

    Factor 1 - Technical Capability and Staffing/Team Approach. The Government will evaluate the extent to which the quotation demonstrates the ability to perform the Performance Work Statement and achieve the required outcomes for recurring laundry services, pickup and delivery, laundry processing, cleanliness and usability, packaging and protection of clean items, inventory accountability, infection control and safety, service records, quality control, customer service, and continuity of service. The Government will evaluate whether the proposed staffing, supervision, schedule, equipment, transportation, processing controls, and communication approach are adequate for performance supporting an operating healthcare campus. If subcontractors or teaming partners are proposed, the Government will evaluate whether the arrangement is organized and enforceable and whether the prime offeror demonstrates a credible plan to manage the work and comply with applicable Buy Indian Act subcontracting limitations. A quotation may be found technically unacceptable if it merely restates the PWS without explaining how the work will be performed or if it fails to demonstrate credible capability to perform and manage the requirement.

    Factor 2 - Past Performance. The Government will evaluate the recency and relevance of the offeror and any proposed major subcontractor experience providing comparable laundry services, healthcare linen services, uniform or textile processing, pickup and delivery, facilities support, subcontractor management, and reporting services. The Government may consider references provided by the offeror and information available from other Government or commercial sources. The Government may consider timeliness, quality, customer satisfaction, safety, management of subcontractors, invoice accuracy, and performance on similar requirements. An offeror without any history of Past Performance will receive a neutral rating for this factor.

    Factor 3 - Price. The Government will evaluate the total evaluated price, including the base period and all option periods. Total evaluated price will be calculated using the annual dollar amounts for all five line items. The Government will determine whether prices are fair and reasonable. The Government may also evaluate price realism to assess whether the quoted annual prices reflect a clear understanding of the requirement and are not so low as to create unacceptable performance risk. The Government may determine a quotation unacceptable if option prices are significantly unbalanced, incomplete, unrealistic, or if the price is not fair and reasonable.

    Relative Importance: Factor 1 is more important than Factor 2. Factors 1 and 2, when combined, are more important than Factor 3, Price. Price will become more important as non-price quotations become more equal. The Government may award to other than the lowest-priced offeror.

    Options: The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options does not obligate the Government to exercise the option(s).

    AWARD INFORMATION

    A single award is anticipated. Written notice of award or acceptance of a quotation furnished to the successful offeror within the time for acceptance specified in the quotation shall result in a binding contract without further action by either party. The Government reserves the right to award without exchanges, to communicate with offerors if needed, to reject any or all quotations, and to waive informalities and minor irregularities when in the Government interest.

    End of Combined Synopsis-Solicitation.

    Key dates

    1. May 11, 2026Posted Date
    2. June 3, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    WESTERN OREGON SERVICE UNIT LAUNDRY SERVICE is a federal acquisition solicitation issued by DEPARTMENT OF HEALTH AND HUMAN SERVICES. 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.