Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2026 SAM #8811
SOLICITATION NOTICE

S -- PERSONAL PROTECTIVE CLOTHING RENTAL AND LAUNDERING SVCS

Notice Date
1/8/2026 4:07:21 PM
 
Notice Type
Solicitation
 
NAICS
812332 — Industrial Launderers
 
Contracting Office
COMMANDING OFFICER TWENTYNINE PALMS CA 92278-8108 USA
 
ZIP Code
92278-8108
 
Solicitation Number
M6739926Q0002
 
Response Due
1/21/2026 1:00:00 PM
 
Archive Date
02/05/2026
 
Point of Contact
Pedro Tirado, Phone: 7608305124, Jackson E. Boland
 
E-Mail Address
pedro.tirado@usmc.mil, jackson.boland@usmc.mil
(pedro.tirado@usmc.mil, jackson.boland@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
PERSONAL PROTECTIVE CLOTHING RENTAL AND LAUNDERING SERVICES PERFORMANCE WORK STATEMENT 1. Background This is a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity contract for one base year and four, one year option periods to provide personal protective clothing rental and laundering services for the Exercise Support Division (ESD), Marine Corps Task Force Training Center (MAGTFTC, Marine Corps Air Ground Combat Center (MCAGCC), Twentynine Palms, California. 2. Scope The contractor shall furnish all labor, tools, materials/supplies, equipment, supervision, facilities and transportation necessary to provide personal protective clothing rental and laundering services to the employees of ESD. In accordance with the Occupational Health and Safety Act (OSHA) and other federal regulations, personal protective clothing is furnished to ESD employees and worn for the employees� personal safety and protection in the performance of work assignments in potentially hazardous areas or hazardous conditions. Employees can be exposed to, or are likely to become exposed to, such hazards as those from skin absorption of harmful substances, chemical irritants, thermal burns, and harmful temperature extremes. Personal protective clothing rental and laundering services include shirts, pants, cold weather jackets, measuring and fitting services weekly pick up of soiled clothing, professional laundering, damage inspection, minor clothing repairs, replacement as needed and weekly delivery of clean personal protective clothing. All personal protective clothing shall be of safe design and construction for the work to be performed. 3. Requirements 3.1 Base period. The contractor shall provide a personal protective clothing catalog which will be used for the review of clothing specifications. All initial personal protective clothing provided under this contract may or may not be new, but the garments shall have no stains, mends, or repairs and retain protective effect. Garments must retain their original shape and fit. 3.2 Colors. Colors will be selected upon award of the contract. Light colors such as light blue, light grey and light tan are required. Currently, employees in supervisory positions wear a light tan personal protective shirt and employees in a non-supervisory role wear light grey personal protective shirt. Dark colors such as black or navy blue are unacceptable. Vented side panels can be dark or light colored. 3.3 Sizing and Fitting. Sizes shall be determined at the time of contract award. The contractor shall schedule employee personal protective clothing sizing and fitting with the Contracting Officer Representative (COR) prior to ordering personal protective clothing initially and as needed through the life of the contract. The contractor shall exchange, without additional cost, sizes for employees due to personal weight gain or loss. �Off the shelf� sizes shall be delivered within fifteen (15) days after measurements are taken. �Customized� sizes shall be delivered within thirty (30) days after measurements are taken. The following table displays current employee size ranges. Male Shirts/Jackets Small to 5XLarge Male Pants 26� waist to 52� waist Female Shirts/Jackets Small to 3XLarge Female Pants 24� waist to 56� waist 3.4 Personal Protective Shirts. The shirts shall be available in two types. For inventory control and Government identification purposes, all shirts must have a label affixed on the inside of the collar. 3.4.1 Industrial Personal Protective Shirts. 60%-70% polyester/40%-30% cotton blend, petroleum, oil and lubricant (POL) resistant with vented side panels, lined collar, covered snap or button front closures to prevent snagging on equipment, and, also, be available in short and long sleeve options. All shirts must be snap or button down. The contractor shall provide 11 shirts to each employee. 3.4.2 Arc Flash Personal Protective Shirts. 100% cotton or arc flash rated material, lined collar and two pockets, and be long sleeved. All shirts must be button down. Arc flash personal protective shirts must meet the National Fire Protection Association (NFPA) 70e standards against electrical arc flashes for personal protective equipment (PPE) category 1. The contractor shall provide 11 shirts to employees requiring arc flash protection. 3.5 Personal Protective Pants. The pants shall be available in two types. For inventory control and Government identification purposes, all pants must have a label affixed on the inside of the waistband. 3.5.1 Industrial Personal Protective Pants. 60%-70% polyester�40%-30% cotton blend, POL resistant, slack style, front pockets, two hip pockets with left button closure. The contractor shall provide 11 pants to each employee. 3.5.2 Arc Flash Personal Protective Pants. 100% cotton or arc flash rated material, slack style, front pockets and two hip pockets with left button closure. Arc flash personal protective pants must meet the NFPA 70e standards against electrical arc flashes for PPE category 1. The contractor shall provide 11 pants to each employee requiring arc flash protection. 3.6 Personal Protective Jackets. The personal protective cold weather jackets shall be insulated, 65% polyester/35% cotton poplin, hip length with a pre cured durable press finish, PO: resistant, moisture wicking and finished in a t piece lined collar with sew in stays. For inventory and Government identification purposes, jackets must have a label affixed on the inside of the collar. The contractor shall provide 2 jackets to each employee. 3.7 Laundering. The contractor shall provide pick up, laundering and delivery of all garments on a weekly basis required by the government. However, principal laundering services are seasonal in nature during the months of October through March. The maximum laundering of jackets will be approximately 30 weeks, while all other garments provided will be laundered on a weekly basis throughout the year. Each processed garment shall be entirely clean, thoroughly dry and free of lint. Minor discoloration because of fading and staining is acceptable. Colors shall be bright and clean. Garments shall be free of objectionable odor and no tract of residue of washing detergents shall be left in the fabric. Garments shall be pressed so that all surfaces are smooth and free of wrinkles. Garments shall retain their original shape and fit. Garments shall be laundered according to the manufacturer recommendations to retain protective effectiveness. Garments shall be hung on individual hangers. Each employee�s personal protective clothing shall be grouped separately, and the hangers bound together by a wire or rubber band. 3.8 Inspection and Repairs. The contractor shall inspect all personal protective clothing for wear and repair. Personal protective clothing that become overly worn and ineffective through normal wear will be identified during the contractor�s inspection process and replaced upon the next scheduled delivery. The contractor shall provide minor repairs to the personal protective clothing rented under this contract. A minor repair is considered the replacement of snaps, buttons and zippers, minor sewing such as small tares, seams, pockets, identification tags and other similar damage. The contractor will repair personal protective clothing in a manner most appropriate for the defect. Repairs shall be neat I appearance, color matched and not uncomfortable to the wearer. The contractor shall reuse, patch and repair personal protective clothing as long as serviceability and protective effect is possible. The contractor�s determination that ant garment is beyond reasonable repair shall be approved by the COR prior to replacement. 3.9 Replacement. The contractor shall provide a program of continual replacement for shirts pants and cold weather jackets that become unserviceable and ineffective through normal usage through the life of the contract. Replacement garments may or may not be new, but the garments shall have no stains, mends, or repairs and retain protective effect. Garments shall retain their original shape and fit. Personal protective clothing identified by the government or the contractor for replacement due to normal wear and tear will be replaced with a serviceable personal protective clothing at the contractor�s expense upon the next scheduled delivery. Personal protective clothing identified by the government or contractor for replacement due to damage beyond minor repair caused by government action or government employee neglect or loss will be replaced with serviceable personal protective clothing at the government�s expense in accordance with the schedule. A minor repair is considered the replacement of snaps, buttons and zippers, minor sewing such as small tears, seams, identification tags and other similar damage. The contractor will provide an invoice with a Negligence/Loss Log (reference Attachment A) for any lost or damaged garments which must be verified by the COR and submitted to the contracting officer along with the funding to pay for any lost or damaged garments. Invoices and Negligence/Loss Logs are to be submitted quarterly. 3.10 Pick-up/Delivery Service. The contractor shall pick-up and deliver personal protective clothing to one central location at ESD. Pick-up/delivery shall be once a week, on the same day each week. Laundry picked up one week shall be returned the following week. If a holiday falls on the established pick-up/delivery day, the contractor shall perform the service on the working day prior to the holiday, i.e., if the service is scheduled on Wednesday, the contractor shall provide the service on Tuesday; service scheduled on Monday shall be preformed on the previous Friday. The contractor and COR shall conduct a joint inventory of items being picked up and delivered each week. The contractor shall provide an itemized receipt upon pick up and delivery. The government will use the contractor�s itemized receipt to reconcile the contractor�s monthly invoice. Discrepancies shall be resolved immediately. Shortages shall be replaced within two (2) working days. The government will provide freestanding clothing racks sufficient to hold the laundered clothing delivered. These government-owned racks will remain in the same location for the duration of the contract unless the location is subsequently changed by mutual agreement of the parties. Clothing bins with lids shall be provided by the contactor for soiled laundry and shall be fireproof to prevent spontaneous combustion, as per NFPA 30 � Flammable Combustible Code. 4. Contractor Responsibilities The contractor shall provide a point of contact and phone numbers for the personnel assigned to administer the contract. The contractor shall take appropriate action to ensure no delays are caused by lack of personnel, equipment, parts and tools. The contractor shall be certified and hold all applicable permits to handle and dispose of all waste material regulated under applicable federal, state and local laws. The contractor�s operations shall also be in accordance with these same laws. 4.1 Quality Control. The contractor shall develop a Quality Control Plan (QCP) and maintain an effective quality control program to ensure services are performed in accordance with the contract and this performance work statement. The contract shall development and implement procedures to identify, prevent and ensure non-recurrence of defective services. As part of their response to the solicitation, one (1) copy of a comprehensive written QCP shall be submitted to the contracting officer. The contracting officer may notify the contractor of required modifications to the plan during the period of performance. The contractor shall coordinate modifications and obtain acceptance of the plan by the contracting officer. Any modifications to the program during the period of performance shall be provided to the contracting officer for review no later than ten (10) working days prior to the effective date of the change. The QCP shall be subject to the government�s review and approval. The government may find the QCP unacceptable whenever the contractor�s procedures do not accomplish the quality control objectives. The contractor shall revise the QCP within ten (10) working days from the receipt of notice that QCP is found unacceptable. As part of their response to the solicitation, one (1) copy of a comprehensive written QCP shall be submitted to the contracting officer and, within five (5) working days, when changes are made thereafter following contract award. After acceptance of the initial QCP, the contractor must receive the contracting officer�s acceptance in writing of any proposed change to its QC system. 5. Government Responsibilities 5.1 Inventory. Upon receipt from the contractor, the government shall be responsible for ensuring that all garments are properly accounted for. When contractor-delivered garments are received, the COR will maintain an inventory of all provided garments. Responsibility for loss or damage to garments under this contract shall be handled in accordance with the procedures listed in the PWS at paragraph 3.11 (Replacement). 5.2 Quality Assurance. The government shall monitor the contractor�s performance in accordance with the governments Quality Assurance Surveillance Plan (QASP). The government will regularly inspect the contractor�s contract performance. All findings of incomplete or defective performance will be subject to re-performance. All costs associated with re-performance are the sole responsibility of the contractor. Inspection of services does not constitute acceptance of services, nor does it relieve the contractor of any responsibility to take all actions necessary to assure the highest quality of services rendered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/20718c143bca4454b385af0794fab7ce/view)
 
Place of Performance
Address: Twentynine Palms, CA 92278, USA
Zip Code: 92278
Country: USA
 
Record
SN07680980-F 20260110/260108230037 (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.