Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 10, 2025 SAM #8658
SOLICITATION NOTICE

S -- Laundry Service Medical and Environmental Division

Notice Date
8/8/2025 11:40:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
BASE SEATTLE(00033) SEATTLE WA 98134 USA
 
ZIP Code
98134
 
Solicitation Number
70Z03325QSEAT15860
 
Response Due
8/20/2025 3:00:00 PM
 
Archive Date
09/04/2025
 
Point of Contact
Michelle Myhra, Phone: 5716130114
 
E-Mail Address
michelle.m.myhra2@uscg.mil
(michelle.m.myhra2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description of services: This contract is to provide linen and laundry services for Base Seattle Medical and Environmental divisions. Contractor shall provide all personnel, equipment, tools, material, supervision, and other items and services necessary to perform linen and laundry service. Contracting Office Address: U.S. Coast Guard Base Seattle 1519 Alaskan Way S. Seattle, WA 98134 United States Tasks: Medical: The Contractor shall pick up two bags of soiled laundry, weighing approximately 30 pounds, from the medical facility on a weekly basis. The total weight of soiled laundry (scrubs, towels, and linens) collected shall not exceed 60 pounds per week. The pickup location is in Building 1, 2nd Floor, specifically from the Physical Therapy and Dental Rooms. Hazmat: The contractor shall pick up various quantities of shop rag (bags) not to exceed 10 five-gallon bags of soiled shop rags for laundry and/or replacement from the HazWaste Accumulation Facility (HWAF) bi-weekly; located in BLDG 14 between warehouse and security. Clean inventory of shop rags, (red rags or suitable substitute, 10 packs 14x14, red cotton shop towels) used in various shops for tool cleaning and machine maintenance (rags may contain small quantities/trace concentrations of synthetic or petroleum-based oil, lubricant, or related cleaning solvent). Special qualifications: Medical: CDC infection control guidelines shall be followed while providing laundry service for the medical division. Refer to documentation in the attachment section for more details. Environmental: Due to the possible presence of synthetic or petroleum-based oil, lubricant, or related cleaning solvent, the contractor is required to provide a copy of their National Pollutant discharge Elimination System (NPDES) permit; if the vendor doesn�t have nor maintain an Industrial wastewater discharge NPDES permit; the vendor may provide and submit a copy of the vendors state, county, city provided wastewater discharge exemption letter, or other state approved and provided laundry facility operational water quality permit or water quality certification as applicable. Classification: This acquisition is set aside for small business. The NAICS is 812320 Dry Cleaning and Laundry Services (except Coin-Operated). The contract type will be a firm fixed price purchase order with base and option years. Site Visit: There will be no site visits held for this solicitation. Questions: E-mail all questions regarding the solicitation to Michelle.M.Myhra2@uscg.mil. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded for an equal and fair solicitation to all interested vendors. No more questions will be answered after 08/15/25. Proposal submission: All proposals shall be required to be on SF 1449 with a breakdown of cost for materials and labor for base and option year pricing. Submit quotes to the following E-mail address Michelle.M.Myhra2@uscg.mil with solicitation RFQ number 70Z03325QSEAT15860 in the subject line. Date of offers is due on 08/20/2025 at 3:00PM PST. All offers that are submitted late (by day and time zone) will not be considered in award determination. Award: Award is based on best value to the government, evaluation criteria is past performance of contractor performing the work, cost, and technically acceptable. Under FAR 4.1103, prospective contractor shall be registered in System Award Management (SAM) prior to the award. Failure for the contractor to be registered in SAM shall result in Contracting Officer proceeding with the next successful registered offeror. Website: www.sam.gov Performance Start Date: Start date will occur September 1, 2025. Once award has been made, coordinate with Michelle Myhra at Michelle.M.Myhra2@uscg.mil Further details of this project are in the statement of work provided in the documents section of this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b0f375c892c4a639f33c876b57d2b0f/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN07543422-F 20250810/250808230044 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.