Laundry Services PHNSY&IMF
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 Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility (PHNSY&IMF) is soliciting proposals for Laundry Services to support its operations in JBPHH, HI. This is a Total Small Business Set-Aside for a base year plus four one-year option periods and an additional 6-month option. The solicitation, N32253-26-Q-0038, was amended on March 19, 2026, to update CLIN quantities and the Performance Work Statement. Quotes are due by March 27, 2026, at 10:00 a.m. HST.
Scope of Work
The contractor will provide comprehensive laundry and dry-cleaning services for various types of safety coveralls (General Purpose, Arc Flash, Painter, Sand Blaster) used by shipyard personnel. Services include daily pickup and delivery (Monday-Friday, excluding holidays) with a 24-hour turnaround time, cleaning, conditioning, ironing, folding, delinting, packing, counting, special handling, sorting, delivery, and minor repairs (tears up to 3 inches, holes up to 1 inch). Performance standards require 95% adherence to scheduled pick-up/delivery, industrial processing standards, packaging, workmanship, and quantity delivered. Soaps must be at least 90% biodegradable.
Contract Details
- Contract Type: Commercial products and services solicitation.
- Solicitation Number: N32253-26-Q-0038.
- Set-Aside: Total Small Business Set-Aside.
- NAICS Code: 812332 (Laundry and Dry Cleaning Services) with a $47 million size standard.
- Product Service Code: S209.
- Period of Performance: One base year (04/18/2026 - 04/17/2027), four one-year option periods, and an additional 6-month option period.
- Place of Performance: Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, JBPHH, HI.
- Funding: Obligation is contingent upon the availability of appropriated funds.
Submission & Evaluation
Offerors must submit quotes via email to the listed Points of Contact by March 27, 2026, at 10:00 a.m. HST. Required submissions include a completed Standard Form 1449, unit prices and total amounts for all CLINs, a detailed technical quote (not exceeding 8 pages) demonstrating understanding of the PWS, and an itemized price breakdown. A CMMC Level 1 self-certification is mandatory at the time of offer submission and for the contract duration. Evaluation will be based on technical capability (acceptable/unacceptable) and price, with the award going to the lowest priced technically acceptable (LPTA) offer. Questions are due by March 25, 2026, 08:00 a.m. HST.
Key Requirements & Notes
Contractor employees must be U.S. citizens and registered with the Defense Biometric Identification System (DBIDS). Adherence to Operations Security (OPSEC) requirements, including avoiding disclosure of critical information and controlled use of Personal Electronic Devices (PEDs), is mandatory. Bidders must also comply with detailed security requirements for accessing restricted areas, provide safety and mishap information, and adhere to environmental protection guidelines. The Wage Determination Rev. No. 27 for Hawaii applies, dictating minimum wage rates and fringe benefits. All firms must be registered in SAM.gov by the award date.