Laundry Services BPA

SOL #: COMBO-AFRL-PZLEQ-2026-0003Combined Synopsis/Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA2396 USAF AFMC AFRL PZL AFRL PZLE
WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

OH

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
Jan 28, 2026
2
Last Updated
Mar 2, 2026
3
Submission Deadline
Feb 12, 2026, 7:00 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, through FA2396 USAF AFMC AFRL PZL AFRL PZLE, is soliciting proposals for a Laundry Services Blanket Purchase Agreement (BPA) to provide non-personal laundry cleaning services for the 711th Human Performance Wing (711 HPW) at Wright-Patterson Air Force Base (WPAFB), Ohio. This is a Total Small Business Set-Aside. The resulting BPA will have a five-year period of performance or until its $150,000 ceiling is reached. Quotes are due by February 12, 2026, at 2:00 PM EDT.

Scope of Work

The contractor will be responsible for providing all personnel, equipment, tools, materials, vehicles, and supervision necessary for comprehensive laundry cleaning services. This includes weekly pickup and delivery of bulk laundry to Building 840, Area B, at WPAFB. Services must adhere to CDC best practices for environmental cleaning in healthcare, as well as all local, state, federal, health, occupational safety, and professional industry standards. Key tasks include performing minor repairs (rips, tears, seams, buttons) at no additional cost, ensuring delivered articles meet industry standards for quality and cleanliness, and handling contaminated linens according to specific procedures (water-soluble bags, red plastic bags, 160F wash, separate storage facilities). Employee training on soiled linen handling and OSHA requirements is mandatory. Specific laundry items include labcoats, various terry cloth items, sheets, pillowcases, comforters, and medical curtains.

Contract Details

  • Contract Type: Pre-priced Blanket Purchase Agreement (BPA)
  • Period of Performance: Five (5) years from contract award or until BPA ceiling is reached.
  • BPA Master Dollar Limit: $150,000.00
  • Individual Call Limits: $25,000.00 for Government Purchase Card (GPC) calls by authorized callers; $150,000.00 for Contracting Officer calls.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 812332 – Industrial Launderers (Size Standard: $47.0 Million)
  • PSC Code: S209 – Laundry And Dry Cleaning Services

Evaluation Criteria

Award will be made to the offeror whose quotation represents the best value to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach. Evaluation factors include:

  1. Conformance to Solicitation Requirements.
  2. Technical Capability: A rating of "Acceptable" is required, meaning the quote must meet all specification requirements in the PWS (Attachment 1).
  3. Total Evaluated Price (TEP): The lowest TEP, provided it is deemed fair and reasonable, will be a key factor. TEP will be calculated using Attachment 2 – Price List.

Submission Requirements

Quotes must be submitted electronically to micah.wilson.8@us.af.mil by Thursday, February 12, 2026, at 2:00 PM EDT. The email subject line must be "Laundry Services BPA". The entire quotation must be contained in a single email, not exceeding 5 megabytes, and should only include .pdf, .doc, .docx, .xls, or .xlsx attachments (no compressed files). Required content includes:

  • Proposing company’s name, address, DUNS number, CAGE Code, and TIN.
  • Point of contact’s name, phone, and email.
  • Quotation number & date, and timeframe the quote is valid.
  • Individual item prices and total prices (including shipping, FOB Destination). Offerors must also include a completed copy of FAR 52.212-3, Offeror Representations and Certifications.

Key Attachments

  • Attachment 1: PWS_28 January 2026 Laundry Service (details scope and performance standards).
  • Attachment 2: Price List (for TEP calculation and pricing).
  • Attachment 3: Wage Determination (provides minimum wage rates and fringe benefits for the region).

Important Notes

All prospective awardees must be registered and maintain active registration in the System for Award Management (SAM) at https://www.sam.gov. Payment for purchases up to $25,000 will be via Government Purchase Card (GPC), while purchases over $25,000 will be via BPA Call, with payment instructions detailed in DFAR 252.232-7006. A summary invoice is authorized monthly. A wage determination will be made post-award based on the service location.

Contacts

People

Points of Contact

Micah WilsonPRIMARY
Chris StokesSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 5
Combined Synopsis/Solicitation
Posted: Mar 2, 2026
View
Version 4
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
View
Version 3
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Feb 4, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 28, 2026