This is a request for proposal (RFP) for
laundry and dry cleaning services at Joint Base McGuire-Dix-Lakehurst (JB MDL), NJ. The solicitation number is **** are due on Wednesday, 17 September 2025 at **** EST. The contract will be awarded to the offeror providing the combination most advantageous to the government based on technical submission, past
performance, and price. Questions regarding the solicitation must be submitted by email to the contract specialist and contract officer by Thursday, 4 September 2025 at **** EST. The contractor must have an active registration in the System for Award Management (SAM). The proposal must include itemized pricing for each contract line item. The government will conduct a present/past
performance evaluation. A minimum of three and no more than five past
performance questionnaires must be submitted by the offeror to the specified email addresses. All offers must remain valid for 90 calendar days. The services will be performed at the contractor's facility and will include pickup and delivery according to schedule, correct quantities of
laundry are picked up and delivered,
laundry is delivered free of all visible dirt, debris, dampness, offensive odors, mildew, cleansing chemicals residue, has a uniform appearance, and items are properly finished and packaged. The contractor shall accomplish all tasks to meet the requirements of this
performance work statement (PWS). The PWS and its appendices must be followed. The contractor shall be responsible for loading and unloading of
laundry and dry cleaning, ensuring that soiled
laundry does not come into contact with clean
laundry and dry cleaning, and ensuring all parties receive the same linen and quantity shipped upon delivery. The contractor shall process and return all
laundry and dry cleaning to JB MDL according to the pickup/delivery schedule. The contractor shall ensure its operations comply with any certification of labeling or cleaning requirements arising from state or local department of health regulations. Special wash items must be segregated from other
laundry items. Delivered finished articles must conform to generally accepted industry standards of quality, cleanliness, finish, and appearance. The contractor's facility must be open to inspection of sanitary conditions at any time by a representative of the government. Any items found to have been unsatisfactorily laundered or drycleaned will be re-cleaned at no additional cost to the government. If any item is missing from a delivery, the contractor must issue an IOU shortage ticket on the same day the shortage occurs and redeliver the lost item in the next regularly scheduled delivery. If a lost item is not delivered by the next scheduled delivery, the contractor shall reimburse the government the replacement cost of the item. All contractor employees must wear a distinctive company logo on their outer garment at all times. The contractor shall ensure that all contractor employees do not use tobacco products within 50 ft. of any base facility, around fuel tanks and generators, within any clearly marked no smoking areas or within 50 ft. of any flight line aircraft parking areas. The contractor shall be responsible for providing services under this contract in accordance with all base, local, state, and federal occupational safety requirements. All contractor or contractor employees vehicles used for the
performance of this contract shall comply with all local, state and federal regulations. The contractor shall request through the contracting officer, contracting officer and security forces to be issued base passes and identification badges for their employees and work vehicles. The contractor is required to comply with all applicable bases, local, state, and federal environmental laws and regulations, including DAFI's, in effect at the time of
performance of this contract. The contractor shall be responsible for obtaining and complying with any required ope