388th MXG – Rag Cleaning Service BPA

SOL #: FA820126QR001Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8201 AFSC OL H PZIO
HILL AFB, UT, 84056-5805, United States

Place of Performance

Hill Air Force Base, UT

NAICS

Industrial Launderers (812332)

PSC

Laundry And Dry Cleaning Services (S209)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 9, 2026
2
Last Updated
Apr 9, 2026
3
Submission Deadline
Apr 16, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Air Force, specifically the 388th MXG at Hill Air Force Base, UT, is soliciting proposals for a Multiple Award Blanket Purchase Agreement (BPA) for Rag Cleaning Service. This service is essential for maintaining safety, operational efficiency, and regulatory compliance in maintenance operations by managing hazardous material-soaked rags. This opportunity is a Total Small Business Set-Aside. Proposals are due April 16, 2026, at 11:00 a.m. MST.

Scope of Work

The primary requirement is professional MXG Rag Cleaning Service. This includes providing a constant supply of clean, appropriate rags and ensuring soiled linens are laundered and disposed of in accordance with environmental and safety standards (e.g., EPA, OSHA). The service aims to reduce fire risks from spontaneous combustion and manage hazardous waste, allowing maintenance personnel to focus on core duties.

Contract & Timeline

  • Contract Type: Multiple Award Blanket Purchase Agreement (BPA)
  • Period of Performance: 1 June 2026 - 30 May 2031 (Base Year + 4 Option Years), with a potential 6-month extension (1 June 2031 - 1 Dec 2031).
  • Pricing: All Contract Line Item Numbers (CLINs) will be Firm Fixed Price.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 812332, with a size standard of $47M.
  • Proposal Due Date: April 16, 2026, at 11:00 a.m. MST.
  • Questions Due Date: April 14, 2026, at 11:00 a.m. MST.
  • Published Date: April 9, 2026.

Evaluation

Award will be made to up to three vendors based on the Lowest Price Technically Acceptable (LPTA) criteria. Bidders must meet the Statement of Work requirements, and the lowest-priced technically acceptable offerors will be selected.

Submission & Additional Notes

  • Submission Method: Quotes should be submitted via SAM and emailed to samantha_june.lyth@us.af.mil and joseph.laing@us.af.mil.
  • Applicable Clauses: Includes FAR 52.204-24 and FAR 52.204-25 concerning telecommunications and video surveillance equipment.
  • Payment: Will be processed through the Wide Area Workflow (WAWF) system.
  • FOB: Destination.
  • Key Documents: Referenced attachments include a Statement of Work and a Wage Determination. The Wage Determination, issued by the U.S. Department of Labor, is crucial for bidders to calculate proposed pricing, as it defines minimum wage rates and fringe benefits under the Service Contract Act.

People

Points of Contact

Samantha June LythPRIMARY
Joseph LaingSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Apr 9, 2026
View
Version 2
Solicitation
Posted: Apr 9, 2026
View
Version 1Viewing
Solicitation
Posted: Apr 9, 2026