FA448426R0009 - Washer and Dryer Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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, 87th Contracting Squadron, is soliciting proposals for Washer and Dryer Lease Services at Dix Annex, Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This is a Total Small Business Set-Aside for a single-award Firm Fixed Price (FFP) Requirements IDIQ contract. The services are deemed mission-essential. Proposals are due March 27, 2026, at 10:00 AM local time.
Scope of Work
The contractor will provide, install, maintain, relocate, and remove coin-free, ENERGY STAR rated, heavy-duty commercial washers and dryers. This includes units with 14-16 pound capacity, multiple wash/dry cycles, and specific electrical requirements (120V for washers, 220V for dryers). The contractor is responsible for maintaining units in working condition, repairing or replacing inoperative units within two business days, and coordinating installation/removal to minimize service disruption.
Contract Details
- Contract Type: Single Award Firm Fixed Price (FFP) Requirements IDIQ
- Period of Performance: A one-year base period (June 1, 2026 - May 31, 2027), four one-year option periods, and a potential six-month extension (ending December 31, 2031).
- Set-Aside: Total Small Business Set-Aside (100% Small Business)
- Product Service Code (PSC): W072 (Lease Or Rental Of Equipment: Laundry And Dry Cleaning Equipment)
- NAICS Code: 532210 (Consumer Electronics and Appliances Rental), Size Standard: $47,000,000.00
- Place of Performance: Dix Annex, Joint Base McGuire-Dix-Lakehurst, CAPE MAY CH, NJ 08641
Submission & Evaluation
Proposals must be submitted electronically in two parts: Price Proposal and Past Performance Information. Offerors must complete SF1449, FAR 52.212-3, and Attachment J-10 Bid Schedule. Past performance is significantly more important than price and will be assessed using a confidence rating system. The government intends to award without discussions, potentially to the lowest-priced offeror with a "Substantial Confidence" past performance rating. Offer Due Date: March 27, 2026, 10:00 AM local time. Contact: Mary E. Saunders (mary.saunders.3@us.af.mil) or Wanda L. Wilson (wanda.wilson.1@us.af.mil).
Key Attachments & Requirements
- Past Performance Questionnaire (J-8): Updated via Amendment 0001. Past or current clients should complete and send directly to the contracting contacts.
- Antiterrorism (J-1, J-4, J-5): Contractors must comply with DoD antiterrorism requirements, including personnel and vehicle control, and are strongly recommended to complete DoD Antiterrorism Level I Training.
- Installation Access (J-3): Details procedures for criminal history checks, installation access passes, and vehicle access for JB MDL.
- Wage Determination (J-11): Specifies minimum wage rates and fringe benefits for Burlington, Camden, and Gloucester Counties, NJ, under the Service Contract Act.
- Mission Essential (J-12): Services are mission-essential, requiring continuous performance.
- Medical (J-2): Contractor is responsible for employee medical costs for injuries on JBMDL.
- Quality Assurance (J-6): Outlines the government's QASP for monitoring performance.