Fort Bragg Laundry and Dry Cleaning
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 Army, specifically W6QM MICC FDO FT BRAGG, is soliciting proposals for Laundry and Dry Cleaning (L&DC) services at Fort Bragg, NC. This is a Total Small Business Set-Aside opportunity for an Indefinite Delivery, Indefinite Quantity (IDIQ), Firm-Fixed Price contract. A mandatory site visit is scheduled for February 26, 2026, and proposals are due by March 10, 2026, at 05:00 PM EST.
Scope of Work
The contractor shall provide comprehensive L&DC services for government-owned items to the Fort Bragg community, in accordance with Army Regulation (AR) 210-130. This includes laundering, pressing, receiving, accounting for, processing, and returning fabrics, textiles, garments, linens, and specified Organizational Clothing and Individual Equipment (OCIE). The scope also covers operating and managing Laundry Distribution and Collection Point(s), maintaining accountability systems, and providing all necessary labor, supervision, transportation, facilities, equipment, and supplies (unless Government-furnished). Specific services include cleaning specialty items, exchanging soiled for clean linens, repairing/replacing damaged items, and dry cleaning flags, bunting, ceremonial uniforms, and chaplain vestments. Performance standards require a five-business day turnaround for most items, with same-day service for military funeral uniforms and deceased personnel clothing, and the use of bio-based cleaning products where possible.
Contract Details
- Contract Type: Indefinite Delivery, Indefinite Quantity (IDIQ) with Firm-Fixed Price (FFP) Contract Line Item Numbers (CLINs).
- Period of Performance: A base period from March 20, 2026, to March 19, 2027, with four additional one-year option periods.
- Guaranteed Minimum: 1,875 pieces for the base year, to be satisfied by Task Order 1.
- Place of Performance: Fort Bragg, NC.
- Product Service Code (PSC): S209 (Laundry And Dry Cleaning Services).
- North American Industry Classification System (NAICS): 812320.
- Set-Aside: Total Small Business.
Submission & Evaluation
- Offer Due Date: March 10, 2026, 05:00 PM EST.
- Submission: Offers must be emailed to MAJ Deserae Wood (deserae.a.wood.mil@army.mil) and Francisco J. Noda Merly (francisco.j.nodamerly.mil@army.mil).
- Quote Validity: Offers must be valid for at least 45 days after the closing date.
- Mandatory Site Visit: February 26, 2026, at 13:30 EST at the Fort Bragg Soldier Support Center. A maximum of two participants per company is allowed.
- Evaluation: Award will be based on the Lowest Price, including consideration of an optional six-month extension in accordance with FAR 52.217-8.
- Responsibility: Offerors must submit a capabilities narrative (maximum 2 pages) demonstrating adequate financial resources and necessary equipment/facilities.
- Requirements: Current SAM Registration is mandatory. Offerors must complete the Pricing Matrix digitally using Microsoft Excel. Cybersecurity Maturity Model Certification (CMMC) requirements will apply, with specific levels to be inserted by the Contracting Officer.
Key Attachments
- Pricing Matrix (I.A.03): Details CLINs, item descriptions, estimated quantities, and cost breakdowns for various laundry and dry cleaning services.
- Estimated Workload (I.A.02. Attachment 5): Provides estimated quantities for laundry (linens, sleeping systems, deceased personnel items) and dry cleaning (ceremonial uniforms, flags, cook uniforms).
- Performance Requirements Summary (I.A.02. Attachment 1): Outlines measurable performance expectations, inspection methods, and potential remedies for non-compliance.
- Deliverable Schedule (I.A.02. Attachment 2): Specifies required deliverables, submission frequencies, and formats (e.g., workload data, Quality Control Plans, training records).
- Linen Specifications (I.A.02. Attachment 3): Provides detailed technical requirements for various linen items, including dimensions, materials, and properties.