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. This opportunity is a Total Small Business Set-Aside for a base year and four one-year option periods, plus an additional six-month option. The services include pickup, laundering, and return of various workwear. Quotes are due by Friday, March 27, 2026, at 10:00 a.m. HST.
Scope of Work
The contractor will provide comprehensive laundry and dry-cleaning services for PHNSY & IMF personnel. This includes daily pickup (Monday-Friday, excluding federal holidays), cleaning, drying, conditioning, ironing, folding, delinting, packing, counting, and delivery of items such as General Purpose, Arc Flash, Painter, and Sand Blaster coveralls. A 24-hour turnaround time is required for serviced items. The contractor is responsible for all labor, personnel, materials, and transportation, including minor repairs to tears and holes.
Contract Details
- Contract Type: Solicitation (N32253-26-Q-0038)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 812332 (Size Standard: $47 million)
- Product Service Code: S209 (Laundry And Dry Cleaning Services)
- Period of Performance: Base year: April 18, 2026 – April 17, 2027, with four one-year options and an additional six-month option period.
- Place of Performance: Pearl Harbor Naval Shipyard and Intermediate Maintenance Facility, JBPHH, HI.
Submission & Evaluation
Offerors must submit a complete quote via email to both primary and secondary points of contact. Submissions must include Standard Form 1449 (with blocks 17a, 30a & c completed), unit prices and total amounts for specified CLINs, a detailed technical quote (not exceeding 8 pages) demonstrating approach to the PWS, and an itemized price breakdown. Evaluation will be based on technical capability and price, with award made to the lowest priced technically acceptable offeror.
Eligibility & Requirements
- Set-Aside: Total Small Business.
- CMMC: Offerors must possess a valid CMMC Level 1 (Self-Assessment) certification at the time of offer submission and for the duration of any resulting contract.
- SAM Registration: Firms must be registered with the System for Award Management (SAM.gov) by the award date.
- Compliance: Adherence to the Service Contract Act (Wage Determination Rev. No. 27), environmental protection guidelines, Operations Security (OPSEC) requirements, and contractor security requirements (e.g., DBIDS, access badges) is mandatory.
Key Dates
- Questions Due: Wednesday, March 25, 2026, 08:00 a.m. HST.
- Quotes Due: Friday, March 27, 2026, 10:00 a.m. HST.
Points of Contact
- Primary: Fiona Lynch (fiona.c.lynch.civ@us.navy.mil)
- Secondary: Evangeline Calaustro (evangeline.b.calaustro.civ@us.navy.mil)