Fort Knox Bulk Medical Laundry
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 Department of the Army is seeking proposals for Medical Bulk Laundry Services for the Ireland Army Health Clinic (IAHC) at Fort Knox, KY. This Combined Synopsis/Solicitation covers all labor, materials, services, equipment, and transportation required for medical grade laundry. The contract will be awarded on a Firm-Fixed Price basis for a base year and four option years. Quotes are due May 15, 2026, at 4:00 PM Eastern.
Scope of Work
The contractor will provide comprehensive medical facility laundry services, including weekly pick-up and delivery of both government-owned and contractor-owned textiles. Services must adhere to stringent healthcare linen standards from the Joint Commission, ALM, CDC, HICPAC, HLAC, and ANSI/AAMI. Key requirements include maintaining an Exposure Control Plan and a Quality Control Program, with detailed specifications for handling, processing, packaging, and delivery.
Specific deliverables include:
- One-Time: Contractor experience statement, Phase-In/Phase-Out Plan, textile item samples.
- Monthly: Quality Control Inspection Reports.
- As-Required: Personnel rosters, health certificates, safety plans, contingency plans, and packing slips for each delivery.
- Textile Specifications: Exhibit B details government-owned linens (e.g., privacy curtains) and contractor-owned linens to be provided (e.g., reusable laundry bags, blankets, gowns, scrubs, sheets, towels). Exhibit D outlines construction requirements for textiles (e.g., 100% cotton towels, minimum 55% cotton for scrubs/sheets). Exhibit E specifies linen bundling standards by color, size, and quantity.
Contract & Timeline
- Contract Type: Firm-Fixed Price
- Period of Performance: 12-month base period with four 12-month option periods (up to 5 years total).
- Set-Aside: Full and Open Competition
- Questions Due: May 12, 2026, 11:00 AM Eastern
- Quotes Due: May 15, 2026, 4:00 PM Eastern
- Published Date: May 8, 2026
Evaluation
Award will be made on a Lowest Price, Technically Acceptable (LPTA) basis. Offerors must receive an "Acceptable" rating for Technical, Past Performance, and Price factors. Technical proposals must detail the approach to PWS requirements, and past performance submissions should identify relevant contracts within the last 3 of 5 years. Price must be fair and reasonable.
Additional Notes
Offerors must be registered in SAM and include a completed FAR provision 52.212-3 Alt 1. A minimum of 36 months of direct experience in healthcare linen and laundry services is required. Performance will be monitored against Acceptable Quality Limits (AQLs) for delivery, quality, and packaging, with non-compliance documented in CPARS. Personnel must complete AT Level I, iWATCH, OPSEC, and Insider Threat Awareness training, and comply with DOL Wage Determination 2015-4681 for labor costs. Electronic offers via email only; no written solicitation will be issued.