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

Wright Patterson AFB, 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 support the 711th Human Performance Wing (711 HPW) at Wright-Patterson Air Force Base, OH. This is a Total Small Business Set-Aside opportunity for a five-year period, with a master dollar limit of $150,000.00. Quotations are due by Wednesday, February 18, 2026, at 2:00 PM EDT.

Scope of Work

The contractor will provide comprehensive non-personal laundry cleaning services, including:

  • Pick-up and delivery of bulk laundry to Building 840, Area B.
  • Washing, drying, folding, and separating items, with specific requirements for OE, FE, and RH categories (e.g., labcoats, towels, sheets, comforters, medical curtains).
  • Performing minor repairs (rips, tears, open seams, button replacement) at no additional cost.
  • Adhering to CDC best practices for environmental cleaning in healthcare, and all local, state, federal, health, occupational safety, and professional industry standards.
  • Implementing special handling procedures for contaminated laundry, including specific bagging methods and washing at a minimum of 160 degrees Fahrenheit.
  • Ensuring all delivered articles meet accepted industry standards for quality, cleanliness, finish, and appearance.

Contract & Timeline

  • Contract Type: Pre-priced Blanket Purchase Agreement (BPA)
  • Duration: Five (5) years from contract award, or until the BPA ceiling is reached.
  • Master Dollar Limit: $150,000.00
  • 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 Code: 812332 - Industrial Launderers (Small Business Size Standard: $47.0 Million)
  • PSC Code: S209 - Laundry And Dry Cleaning Services
  • Response Due: February 18, 2026, at 2:00 PM EDT
  • Published Date: February 4, 2026

Evaluation Factors

Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, considering:

  1. Technical Acceptability: Conformance to solicitation requirements and an "Acceptable" rating on the Technical Capability evaluation factor, meeting all specification requirements in the Minimum Requirements Document dated November 14, 2024.
  2. Price: Submission of the lowest Total Evaluated Price (TEP), provided it is deemed fair and reasonable. The TEP will be calculated using Attachment 2 – Price List and TEP calculation spreadsheet.

Submission Requirements

Quotations 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 & date, and timeframe the quote is valid.
  • Individual item price and total prices (including shipping, FOB Destination).
  • A completed copy of FAR 52.212-3, Offeror Representations and Certifications (or just paragraph (b) if annual reps are in SAM).

Additional Notes

  • 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 after award based on the awardee's respective county, in accordance with www.dol.gov.
  • Attachments include the Performance Work Statement (PWS), Price List, and Wage Determination.

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