Opportunity
SAM #75H70926BAO_030
Onsite Linen Services for Fort Peck Service Unit, Poplar, Montana
Buyer
Billings Area IHS
Posted
April 30, 2026
Respond By
May 08, 2026
Identifier
75H70926BAO_030
NAICS
81232, 812320, 812331, 812332
The Billings Area Indian Health Service is seeking vendors to provide onsite linen services for the Fort Peck Service Unit in Poplar, Montana. - Government Buyer: - Indian Health Service (IHS) - Billings Area Indian Health Service (BAIHS) - Fort Peck Service Unit - Services Requested: - Onsite linen services for healthcare facility - Must comply with specifications in the Performance Work Statement (PWS) - NAICS 812320: Drycleaning and Laundry Services (except Coin-Operated) - Contract Structure: - Base period of twelve months - Four additional twelve-month option periods - Notable Requirements: - Preference for Indian Economic Enterprises (IEEs) under the Buy Indian Act - Respondents must demonstrate experience with healthcare linen services - Capability statements required, including business size and status - No specific OEMs or named vendors; open to qualified providers - Place of Performance: - Fort Peck Service Unit, Poplar, Montana - Contracting office located in Billings, Montana
Description
This is a Sources Sought announcement only. The purpose of this announcement is to gain knowledge of current market conditions relative to North American Industry Classification System (NAICS) 812320 – Drycleaning and Laundry Services (except Coin-Operated) with a size standard of $8 million. The Billings Area Indian Health Service (BAIHS), on behalf of the Fort Peck Service Unit (FPSU), Poplar, Montana is seeking to identify any vendors capable of providing contractual services for Linen Services in accordance with the specifications scope contained in the attached Performance Work Statement (PWS). The period of performance is expected to be for a base period of twelve months with four (4) twelve-month options. Estimated start date is May 1, 2026.
Background: Pursuant to 48 CFR Part 326, Subpart 326.603-3 and IHM 5.5-6, Indian Health Service must use the negotiation authority of the Buy Indian Act, 25 U.S.C. 47, to give preference to IEEs whenever the use of that authority is authorized and practicable. BAIHS is trying to ascertain whether there are qualified IEEs capable of providing the services. The purpose is to obtain information regarding: (1) the availability and capability of all qualified native small businesses; (2) whether they are small businesses; HUBZone small businesses; small disadvantaged business; service-disabled, veteran owned small businesses; 8(a) small businesses; veteran-owned small businesses; or woman-owned small businesses; and (3) their size classification according to NAICS 812320. Interested organizations presenting a Capability Statement in response to this Sources Sought Synopsis must identify their size status. Include the Buy Indian Act Indian Economic Enterprise Representation Form (attached) in your response. Services Provided: The Contractor shall provide linen services on site in accordance with the specifications contained in the SOW.
See attached documents for detailed information.