YAO LAUNDRY SERVICE
**Sources Sought Announcement**
This is a Sources Sought announcement for acquisition planning purposes and no formal solicitation for this requirement exists at this time. All businesses, regardless of size; capable of providing these services are invited to respond to this announcement and submit a capability statement for consideration. Capability statements received will be reviewed to determine a firm's previous experience performing similar work. The capability statements will be reviewed and used to determine an appropriate procurement strategy, in particular, whether a small business set-aside is warranted or an alternate procurement strategy. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.
Proposed Project:
The Department of the Interior, Bureau of Reclamation (Reclamation), Region 8 - Lower Colorado Basin has a requirement for laundering of government-owned linens and rental of lab coats, mechanics towels, and mechanics coveralls on a weekly basis.
Reclamation requires a contractor to pick up shirts, towels, and lab coats from the Yuma Area Office (YAO). The contractor shall receive, account for, process, and return all organizational and individual items tendered for cleaning. Weekly laundering of government owned and supplied shirts (with BOR logos) of various sizes and sleeve lengths. Shirts shall be tagged with employee names on the inside collar by contractor upon initial pick up for cleaning. List of names for tagging purpose will be supplied at initial pick up of shirts. An average of 150 shirts to be laundered each week. 50 employees X 10 shirts each (500 shirts total). Average shirt count may fluctuate with possible new and/or departing employees. Contractor shall provide 300 rental mechanic shop towels weekly. Contractor shall provide 15 rental lab coats. Lab coats shall be light blue, no cuff, and button on right side. Sizes of rental lab coats shall be as follows: Size 40R, Size 44R, Size 60R. Lab coat quantity may fluctuate as needed with possible new and/or departing employees. Rental of mechanic coveralls will be provided; quantity and sizes will be determined at time of contract award.
The period of performance is anticipated to be October 1, 2025, through September 30, 2030, as a base, plus four option year award.
The North American Industry Classification System (NAICS) Code for this acquisition is 812332- (Industrial Launderers). The small business size standard for NAICS Code 812332 is $47.0 million.
Interested firms are requested to submit the following information:
1. Provide your business name, address, point of contact, phone number, and email address.
2. Unique Entity ID Number (Formerly the DUNS Number)
3. Size status/SBA certifications (Small business, Women Owned Small Business, HUBZone, Service-Disabled Veteran Owned Small Business, other)
4. Capability Statement (not to exceed 6 pages). A brief summary of capabilities to include demonstration of the firm's capability to provide the services required. Please provide a list of ALL RELEVANT projects (projects of similar size, scope, and complexity of the proposed project are considered relevant), either Government or commercial, performed within the last five (5) years, with a brief description of the project, contract number, project title, dollar amount, timeliness of performance, and customer satisfaction. Include the customer's name, address, telephone number, e-mail address, and points of contact. Indicate whether or not you were the prime contractor, and if you were a subcontractor, provide the name and point of contact information for the prime contractor. Include the percentage of self-performed work, how the work was accomplished, and the performance rating.
All responses must be submitted via email no later than 2:00 P.M., Pacific Time, May 9, 2025. Email address: jennahall@usbr.gov. Include the reference number 140R3025R0017 in the subject line. All questions concerning the sources sought announcement should be directed to Jenna Hall by email at jennahall@usbr.gov. No phone calls please.
When it is determined that a formal solicitation will be issued, the pre-solicitation notice will be posted on Contract Opportunities at sam.gov web site at http://sam.gov/. Prospective contractors must be registered in SAM at the time an offer or quotation is submitted.