Search Contract Opportunities

Chicago Public Schools JROTC Laundry

ID: PANMCC-25-P-0000-018668 • Type: Sources Sought

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY. The U.S. Government desires to procure non-personal services to provide laundry, dry cleaning, and alteration services for Chicago Public Schools (CPS) Junior Reserve Officer Training Corps (JROTC) members in accordance with the Performance Work Statement. The Government desires to procure these non-personal services on a small business set-aside basis, provided two (2) or more qualified small businesses respond to this notice with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.

This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code is 812320 Drycleaning and Laundry Services (except Coin-Operated); This industry comprises establishments primarily engaged in one or more of the following: (1) providing drycleaning services (except coin- or card-operated); (2) providing laundering services (except linen and uniform supply or coin- or card-operated); (3) providing drop-off and pick-up sites for laundries and/or drycleaners; and (4) providing specialty cleaning services for specific types of garments and other textile items ( except carpets and upholstery), such as fur, leather, or suede garments; wedding gowns; hats; draperies; and pillows. These establishments may provide all, a combination of, or none of the cleaning services on the premises. The size standard in millions of dollars for this NAICS code is $8M.

Attached is the Performance Work Statement (PWS). The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the requirement in accordance with the PWS attached.

Responses to this notice shall be e-mailed to the Contract Specialist, Cara Johnson at cara.j.johnson.civ@army.mil no later than May 22nd, 2025, at 11:00am ET (Fort Knox local time).

Limitations on subcontracting and nonmanufacturer rule do not apply to small business set-asides for contracts at or below the Simplified Acquisition Threshold (SAT). It does apply to 8(a), HUBZone, SDVOSB, EDWOSB, and WOSB set asides regardless of the dollar value of the award.

Small business contractors awarded contracts above the SAT are required to comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting when utilizing subcontractors. The penalty for non-compliance is the greater of (A) $500K or (B) the dollar amount expended, more than permitted levels. See FAR 52.219-14 - Limitations on Subcontracting for Small Business.

All WOSB firms need to act in beta.certify.sba.gov in order to compete for WOSB Federal Contracting Program set-aside contracts.

In response to this notice, please provide:

1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.

4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.

5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 520-944-7373, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.

7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.

Background
The U.S. Government seeks to procure non-personal services for laundry, dry cleaning, and alteration services for Chicago Public Schools (CPS) Junior Reserve Officer Training Corps (JROTC) members. The goal is to support approximately 4000 cadets who require maintenance of their uniforms, including the Army Service Uniform (ASU), Army Combat Uniform (ACU), and Army Physical Fitness Uniform (APFU).

This contract aims to ensure that these services are provided efficiently and effectively, particularly on a small business set-aside basis if sufficient qualified responses are received.

Work Details
The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform the following tasks:
1. Laundry and dry cleaning services for ASUs and ACUs according to label instructions.
2. Alteration and repair of uniforms as per Department of the Army Pamphlet (DA PAM) 670-1 standards.
3. Maintain accountability of all laundry and alteration items.
4. Pickup and delivery of uniforms to each CPS location as needed, with services expected a minimum of once per month and a maximum of three times per month per school.
5. Specific tasks include dry cleaning ASUs, laundering ACUs while sanitizing boots, performing minor alterations such as adjusting trouser lengths and replacing buttons or zippers.

Period of Performance
Base period from August 1, 2025 to July 31, 2026 with two option years extending through July 31, 2028.

Place of Performance
Services will be performed at various Chicago Public Schools locations.

Overview

Response Deadline
May 22, 2025, 11:00 a.m. EDT Past Due
Posted
May 16, 2025, 2:17 p.m. EDT
Set Aside
None
Place of Performance
Chicago, IL United States
Source
SAM

Current SBA Size Standard
$8 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
37%
Signs of Shaping
The solicitation is open for 5 days, below average for the MICC Fort Knox.
On 5/16/25 MICC Fort Knox issued Sources Sought PANMCC-25-P-0000-018668 for Chicago Public Schools JROTC Laundry due 5/22/25. The opportunity was issued full & open with NAICS 812320 and PSC S209.
Primary Contact
Name
Cara Johnson   Profile
Phone
None

Additional Contacts in Documents

Title Name Email Phone
MICC Advocate for Competition Scott Kukes Profile scott.d.kukes.civ@army.mil (520) 944-7373

Documents

Posted documents for Sources Sought PANMCC-25-P-0000-018668

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought PANMCC-25-P-0000-018668

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought PANMCC-25-P-0000-018668

Similar Active Opportunities

Open contract opportunities similar to Sources Sought PANMCC-25-P-0000-018668

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO SAM HOUSTON
FPDS Organization Code
2100-W9124D
Source Organization Code
500045816
Last Updated
May 16, 2025
Last Updated By
terry.d.phillips6.civ@army.mil
Archive Date
July 15, 2025