Laundry and Dry Cleaning Service Amendment 1
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, MICC-FT BENNING, has issued Amendment 0001 to Solicitation W911SF26RA010 for Laundry and Dry Cleaning Services at Fort Benning, GA. This Total Small Business Set-Aside opportunity seeks a contractor to operate and manage Laundry Distribution and Collection Points, providing comprehensive laundry and dry cleaning services for various military components and associated entities. The amendment primarily addresses questions regarding base passes for the site visit. Proposals are due by October 27, 2025, at 12:00 PM Local Time.
Scope of Work
The contractor will provide laundry and dry cleaning services for textiles, garments, linens, and Organizational Clothing and Individual Equipment (OCIE) in accordance with Army Regulations. This includes operating and managing Laundry Distribution and Collection Points, receiving, accounting for, processing, and returning government-owned items. Specific services encompass Phase-In/Phase-Out support, handling linen items, specialty items, sleeping systems, and dry cleaning for Chaplain Vestments, Ceremonial Uniforms, and other specified entities. Services must meet performance standards outlined in the Performance Requirements Summary, with most items completed within five business days, and same-day service for military funeral uniforms and deceased personnel clothing. The contractor is also responsible for repairing or replacing items damaged during laundering.
Contract & Timeline
- Contract Type: Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ).
- Period of Performance: A base ordering period from July 1, 2026, through June 30, 2027, with subsequent ordering periods extending the total contract duration to not exceed 5 years and 6 months (through December 31, 2031).
- Estimated Value: The contract obligates a minimum of 32,000 pieces with the first Task Order.
- Set-Aside: Total Small Business Set-Aside (NAICS Code: 812320, Size Standard: $8,000,000.00).
- Offer Due Date: October 27, 2025, 12:00 PM Local Time.
- Site Visit: March 30, 2026, at 11:00 AM at MICC - Fort Benning. Base pass information is available via a provided link.
- Questions Due: April 1, 2026, 10:00 AM EST.
- Answers Published: April 7, 2026, 03:00 PM on www.sam.gov.
Submission & Evaluation
Proposals must be submitted electronically to usarmy.benning.accmicc.mbx.micc-proposals@army.mil. Hard copies will not be accepted. Proposals are limited to 25 pages total, with specific page limits for Technical Submission (15 pages), Price Submission (15 pages), and Past Performance (3 pages). Offers must be in PDF format, with spreadsheets in Excel, and include a redacted copy of Volume I (Technical Proposal). Evaluation will be based on Technical and Past Performance factors. Offerors must acknowledge receipt of this amendment. Compliance with the Service Contract Act wage determinations is required.
Additional Notes
The contractor must maintain an accountability system for items, develop a Quality Control Program, and ensure personnel meet specific training and security requirements, including eligibility for a Common Access Card (CAC) and a favorably adjudicated Tier 1 investigation. A Program Manager with at least three years of specialized experience in L&DC operations management is required.