Opportunity

SAM #HT940726QE001

Medical Linen and Laundry Services for 88th Medical Group, Wright-Patterson AFB

Buyer

Defense Health Agency

Posted

May 14, 2026

Respond By

June 08, 2026

Identifier

HT940726QE001

NAICS

812331, 812332

The Defense Health Agency, through the 88th Medical Group at Wright-Patterson Air Force Base, is seeking a contractor to provide comprehensive medical linen and laundry services for its healthcare operations. - Government Buyer: - Department of Defense, Defense Health Agency, 88th Medical Group at Wright-Patterson Air Force Base - Scope of Services: - Non-personal services contract for pick-up, laundering, finishing, packaging, and delivery of hygienically clean medical linens - Contractor must provide all personnel, equipment, materials, transportation, and supervision - Facility used must be certified by the Healthcare Laundry Accreditation Council (HLAC) or the Textile Rental Services Association (TRSA) for 'Hygienically Clean Healthcare' - All processes must comply with OSHA Bloodborne Pathogens Standards (29 CFR 1910.1030) and CDC Guidelines for Environmental Infection Control - Biannual laboratory testing and a quality control plan are required - Standard commercial laundromats or hotel linen services are not acceptable - Products/Line Items Requested: - Large annual quantities of medical linens, including: - Bathrobes (11,099/year) - Cotton thermal blankets (52,733/year) - Sheets (flat: 27,577/year; fitted: 18,967/year) - Pillow cases (56,822/year) - Towels (bath: 15,069/year; hand: 28,598/year; washcloths: 16,249/year) - Scrubs (trousers: 27,149/year; shirts: 17,965/year; jackets: 17,847/year) - Patient gowns (2,592/year) - Baby blankets (12,468/year) - Tablecloths (23,616/year) - Impervious gowns (14,578/year) - Special handling items: cubical curtains (various sizes), doctor coats, cook aprons, uniforms, pantsuits - Linen processing by the pound: 100,000 lbs (base period), 150,000 lbs/year (option years) - Unique/Notable Requirements: - HLAC or TRSA certification for contractor's facility is mandatory - Strict compliance with healthcare infection control and safety standards - Biannual laboratory testing for quality assurance - Contractor's facility may be off-base but must meet all certification and regulatory requirements - Period of Performance: - Eight-month base period, followed by four one-year option periods - Locations: - Primary place of performance and delivery: Wright-Patterson Air Force Base, 88th Medical Group, Building 830, Ohio - Contracting office: Fort Carson, Colorado - Contractor's certified off-base facility

Description

REQUIREMENT OVERVIEW:

The 88th Medical Group (88 MDG) at Wright-Patterson Air Force Base (AFB), Ohio, has a requirement for non-personal Medical Linen and Laundry Services. The Contractor shall provide all personnel, equipment, facilities, transportation, and materials necessary to pick up, commercially launder, finish, package, and deliver hygienically clean medical linens in accordance with the attached Performance Work Statement (PWS).

KEY STANDARDS:

Due to infection control requirements, this is a highly specialized medical laundry service. The Contractor’s processing facility must be certified by the Healthcare Laundry Accreditation Council (HLAC) or the Textile Rental Services Association (TRSA) for "Hygienically Clean Healthcare." Furthermore, all laundering processes must comply with OSHA Bloodborne Pathogens Standards (29 CFR 1910.1030) and CDC Guidelines for Environmental Infection Control. Standard commercial laundromats or hotel linen services will not meet the minimum technical requirements of this solicitation.

ACQUISITION STRATEGY:

Solicitation Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ) Set-Aside: Unrestricted (Not set-aside for small business concerns) NAICS Code: 812331 – Linen Supply (Size Standard: $41.5M) Source Selection: Best Value Tradeoff (Evaluating Technical Capability, Past Performance, and Price).

PERIOD OF PERFORMANCE: The contract will consist of an eight (8) month Base Period and four (4) one-year Option Periods.

Base Period: 1 August 2026 – 31 March 2027

INSTRUCTIONS TO OFFERORS: This announcement constitutes the only solicitation; a separate written solicitation document will not be issued. Offerors must review the attached Combined Synopsis/Solicitation document for complete instructions, evaluation criteria, and applicable FAR/DFARS clauses.

To submit a quote, Offerors must review the following attachments:

Combined Synopsis-Solicitation Text Attachment 1 - Performance Work Statement (PWS) Attachment 2 - Pricing Sheet Attachment 3 - Department of Labor Wage Determination

All quotes and questions must be submitted electronically to the Contract Specialist, Regina Flowers, at regina.d.flowers.civ@health.mil.

Question Deadline: 26 May 2026 at 09:00 AM EDT Quote Submission Deadline: 8 June 2026 at 12:00 PM EDT

(Note: Please do not submit quotes through the SAM.gov portal; email them directly to the Contract Specialist).

View original listing