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 18, 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 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 opportunity is a Total Small Business Set-Aside. Proposals are due by Thursday, February 12, 2026, at 2:00 PM EDT.

Scope of Work

The awarded contractor will provide all personnel, equipment, tools, materials, vehicles, and supervision for comprehensive laundry cleaning services. Key responsibilities include:

  • Weekly pickup and delivery of bulk laundry to Building 840, Area B, WPAFB.
  • Performing minor repairs (rips, tears, open seams, holes, button replacement) at no additional cost.
  • Ensuring all delivered articles meet industry standards for quality, cleanliness, and appearance.
  • Adhering to CDC best practices for environmental cleaning in healthcare, as well as all local, state, federal, health, occupational safety, and professional industry standards.
  • Specific handling procedures for contaminated linens, including use of water-soluble and red plastic bags, washing at a minimum of 160 degrees Fahrenheit, and separate storage facilities.
  • Compliance with Joint Health Commission Rules for certification or labeling.
  • Specific quantities and types of laundry items include labcoats, wash cloths, bath towels, pillow cases, curtains, hand towels, sheet sets, and comforters.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation for a Blanket Purchase Agreement (BPA)
  • Contract Type: Pre-priced BPA
  • Duration: Five (5) years from contract award, or until the BPA ceiling is reached.
  • BPA Master Dollar Limit: $150,000.00
  • Individual Call Limits: $25,000.00 for GPC calls by authorized callers; $150,000.00 for Contracting Officer calls.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS: 812332 – Industrial Launderers (Size Standard: $47.0 Million)
  • PSC: S209 – Laundry And Dry Cleaning Services
  • Proposal Due: Thursday, February 12, 2026, at 2:00 PM EDT
  • Published Date: February 4, 2026

Evaluation Factors

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 Requirements: Adherence to solicitation terms.
  2. Technical Capability: A rating of "Acceptable" is required, demonstrating compliance with all specifications in the Minimum Requirements Document dated November 14, 2024.
  3. Price: Submitting the lowest total evaluated price (TEP), provided it is deemed fair and reasonable. The TEP will be calculated using Attachment 2 – Price List.

Submission Requirements

Quotes must be submitted electronically to micah.wilson.8@us.af.mil. 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. Required content includes:

  • Proposing company’s name, address, DUNS number, CAGE Code, and TIN.
  • Point of contact’s name, phone, and email.
  • Quotation number and date.
  • Timeframe the quote is valid.
  • Individual item prices and total prices (including shipping, FOB Destination).
  • A completed Attachment 2 – Price List.
  • A completed copy of FAR 52.212-3, Offeror Representations and Certifications (or paragraph (b) if registered in SAM).

Additional Information

  • All prospective awardees must be registered and maintain active registration in the System for Award Management (SAM) at https://www.sam.gov.
  • A Wage Determination will be made post-award based on the service location, in accordance with www.dol.gov for the awardee's respective county.
  • Attachments include the Performance Work Statement (PWS), Price List, and Wage Determination.
  • The Government reserves the right to award without discussions or make no award.

People

Points of Contact

Micah WilsonPRIMARY
Chris StokesSECONDARY

Files

Files

Download
Download
Download

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