USCG Awards $85K Laundry Services Contract to Quality Drycleaners Amidst Limited Competition
Contract Overview
Contract Amount: $85,000 ($85.0K)
Contractor: Quality Drycleaners and Laundromat, LLC
Awarding Agency: Department of Homeland Security
Start Date: 2025-04-01
End Date: 2030-03-31
Contract Duration: 1,825 days
Daily Burn Rate: $47/day
Competition Type: COMPETED UNDER SAP
Number of Offers Received: 3
Pricing Type: FIRM FIXED PRICE
Sector: Other
Official Description: USCG AIR STATION LAUNDRY SERVICES FOR READY CREW BERTHING
Place of Performance
Location: KODIAK, KODIAK ISLAND County, ALASKA, 99615
State: Alaska Government Spending
Plain-Language Summary
Department of Homeland Security obligated $85,000 to QUALITY DRYCLEANERS AND LAUNDROMAT, LLC for work described as: USCG AIR STATION LAUNDRY SERVICES FOR READY CREW BERTHING Key points: 1. Contract value is $85,000 over 5 years. 2. Competition was limited, raising potential price concerns. 3. The service is essential for crew readiness. 4. The sector is general services, with low technological complexity.
Value Assessment
Rating: fair
The contract value is relatively low, making direct comparison difficult. However, the 5-year duration for $85,000 suggests a modest annual spend, potentially indicating fair pricing for basic laundry services.
Cost Per Unit: N/A
Competition Analysis
Competition Level: limited
The contract was competed under Simplified Acquisition Procedures (SAP), which often results in limited competition. This method may not have achieved the best possible price discovery.
Taxpayer Impact: Taxpayer funds are used for essential crew support services. Limited competition could mean a slightly higher cost than if fully competed.
Public Impact
Ensures operational readiness of USCG air station crews. Supports the morale and well-being of service members. Provides a necessary service in a remote location (Alaska).
Waste & Efficiency Indicators
Waste Risk Score: 50 / 10
Warning Flags
- Limited competition
- Potential for price not being fully optimized
Positive Signals
- Essential service provision
- Long-term contract stability
Sector Analysis
This contract falls under general support services, specifically laundry and drycleaning. Spending benchmarks for such services vary widely based on location and scale, but $17,000 annually is modest for a government facility.
Small Business Impact
The contract was awarded to QUALITY DRYCLEANERS AND LAUNDROMAT, LLC. Further analysis is needed to determine if this is a small business and if the procurement process adequately considered small business participation.
Oversight & Accountability
The contract was awarded via Purchase Order under SAP, suggesting a streamlined process. Oversight would focus on service quality and adherence to contract terms.
Related Government Programs
- Drycleaning and Laundry Services (except Coin-Operated)
- Department of Homeland Security Contracting
- U.S. Coast Guard Programs
Risk Flags
- Limited competition
- Potential for suboptimal pricing
- Lack of detailed performance metrics provided
- Small business status of awardee unclear
Tags
drycleaning-and-laundry-services-except-, department-of-homeland-security, ak, purchase-order, under-100k
Frequently Asked Questions
What is this federal contract paying for?
Department of Homeland Security awarded $85,000 to QUALITY DRYCLEANERS AND LAUNDROMAT, LLC. USCG AIR STATION LAUNDRY SERVICES FOR READY CREW BERTHING
Who is the contractor on this award?
The obligated recipient is QUALITY DRYCLEANERS AND LAUNDROMAT, LLC.
Which agency awarded this contract?
Awarding agency: Department of Homeland Security (U.S. Coast Guard).
What is the total obligated amount?
The obligated amount is $85,000.
What is the period of performance?
Start: 2025-04-01. End: 2030-03-31.
What is the specific justification for using Simplified Acquisition Procedures (SAP) for this contract, and how did it impact price competition?
SAP is typically used for purchases under the simplified acquisition threshold (SAT), often to expedite the procurement process for smaller value contracts. While efficient, it can limit the pool of potential bidders compared to full and open competition. The specific justification for using SAP here would likely relate to the contract's relatively low value ($85,000 over five years). This limitation on competition may have resulted in a less competitive pricing environment than if a broader solicitation had been issued.
How does the annual cost of $17,000 for laundry services compare to industry benchmarks for similar facilities or remote locations?
Benchmarking laundry services at $17,000 annually is challenging without more specific details on volume, types of garments, and service level agreements. However, for a government facility, especially in a potentially higher-cost-of-living area like Alaska, this figure appears modest. It suggests either efficient service delivery by the contractor or potentially a scope of service that is less comprehensive than in other settings. Further investigation into the specific requirements would be needed for a definitive comparison.
What are the key performance indicators (KPIs) for this contract, and how will the USCG ensure the quality and timeliness of the laundry services?
Key performance indicators for laundry services typically include turnaround time, cleanliness standards, garment condition upon return, and responsiveness to any issues. The USCG will likely monitor these through regular inspections, feedback from air station personnel, and review of service logs. Adherence to the firm-fixed-price terms and the contract's delivery schedule are also critical. Ensuring quality and timeliness is paramount for maintaining crew readiness and morale.
Industry Classification
NAICS: Other Services (except Public Administration) › Drycleaning and Laundry Services › Drycleaning and Laundry Services (except Coin-Operated)
Product/Service Code: UTILITIES AND HOUSEKEEPING › HOUSEKEEPING SERVICES
Competition & Pricing
Extent Competed: COMPETED UNDER SAP
Solicitation Procedures: SIMPLIFIED ACQUISITION
Solicitation ID: 20270PR250000064
Offers Received: 3
Pricing Type: FIRM FIXED PRICE (J)
Evaluated Preference: NONE
Contractor Details
Address: 116 OLE JOHNSON AVE, KODIAK, AK, 99615
Business Categories: Category Business, Economically Disadvantaged Women Owned Small Business, Hispanic American Owned Business, Limited Liability Corporation, Minority Owned Business, Partnership or Limited Liability Partnership, Self-Certified Small Disadvantaged Business, Service Disabled Veteran Owned Business, Small Business, Special Designations, U.S.-Owned Business, Veteran Owned Business, Woman Owned Business, Women Owned Small Business
Financial Breakdown
Contract Ceiling: $300,000
Exercised Options: $120,000
Current Obligation: $85,000
Contract Characteristics
Commercial Item: COMMERCIAL PRODUCTS/SERVICES
Timeline
Start Date: 2025-04-01
Current End Date: 2030-03-31
Potential End Date: 2030-03-31 00:00:00
Last Modified: 2026-04-10
Other Department of Homeland Security Contracts
- THE United States Coast Guard HAS a Requirement to Procure UP to Twenty-Six (26) Fast Response Cutters (frcs) on a Firm Fixed Price (FFP) Basis With an Economic Price Adjustment (EPA). Phase II of the FRC Program Will Complete the Fleet for a Total of 58 Cutters — $2.1B (Bollinger Shipyards Lockport, L.L.C.)
- Design and Construct NEW Vertical Barrier and Power Distribution, Lighting, Cameras, Equipment Shelters and Linear Ground Detection System (lgds) in Hildago County, NM — $1.8B (Fisher Sand & Gravel CO)
- Production&delivery of National Security Cutter (NSC) 6 — $1.7B (Huntington Ingalls Incorporated)
- YUM-2 Vertical Border and Waterborne Barrier Construction — $1.7B (Fisher Sand & Gravel CO)
- Construct Vertical Border Barrier — $1.6B (Fisher Sand & Gravel CO)