Maintenance and Repair of Washer and Dryers, Fort Bragg NC
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 Mission and Installation Contracting Command – Fort Bragg (MICC-FB), on behalf of the Directorate of Public Works (DPW), is soliciting proposals for Maintenance and Repair of Government-owned Washers and Dryers at Fort Bragg, NC, including Pope Army Airfield, Camp Mackall, and Aberdeen Training Facility. This is a Total Small Business Set-Aside. Proposals are due by March 19, 2026, at 1:00 PM EDT.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, installation, and repair parts for the maintenance, repair, and replacement of Government-owned washers and dryers, including Maytag, Speed Queen, and Whirlpool brands. Services encompass routine maintenance, preventative maintenance, and emergency repairs. Specific tasks include basic services, annual preventative maintenance, documentation and reporting, removal/installation of equipment, vandalism response, and equipment security. The contractor is responsible for all Government-owned units at the specified locations.
Contract Details
This is a Solicitation (W91247-26-Q-A009) structured as a Firm Fixed Price (FFP) contract for labor, equipment, tools, transportation, and supervision, with Cost Reimbursement for Other Direct Costs (ODCs) such as supplies and materials. The period of performance includes a 30-day phase-in period, a 12-month base period, and four (4) twelve-month option years, extending through March 31, 2031. ODC CLINs utilize government-provided "plug figures" and require COR pre-approval for expenditures. The annual allowance for parts and freight is $74,625.72 for the base year, increasing by 3% annually.
Performance Requirements
Repairs and/or replacements for damaged or inoperative washers and dryers must be completed within two (2) business days of notification. Monthly Preventative Maintenance and Service Reports are required. Performance standards are detailed in Technical Exhibit 1 (Performance Requirements Summary). Contractor personnel must be legal U.S. residents, proficient in English, and adhere to strict security requirements. A Quality Control Program (QCP) and a Phase In/Phase Out Plan are mandatory.
Submission & Evaluation
Proposals are due electronically by March 19, 2026, at 1:00 PM EDT, to Ms. Terry Henry (terry.l.henry61.civ@army.mil) and Ms. Casey Cambrin (casey.n.cambrin.civ@army.mil). The acquisition is set aside for Small Businesses under NAICS code 811412 (size standard $19M). Evaluation will follow a Lowest Price Technically Acceptable (LPTA) methodology, considering Technical Capability (Phase-in Approach and Staffing Approach) and Price. Technical Capability will be rated Acceptable/Unacceptable. Proposals must be organized into Volume I (Technical Capability, 35-page limit) and Volume II (Price, no page limit). Past performance is not an evaluation factor.
Key Clarifications
Industry questions clarified that the incumbent contractor is Avalon Contracting Inc. Approximately 130 work orders are processed monthly, with 1-2 machines per order. About 80% of the current inventory is over eight years old. The Government will provide a storage warehouse (Building J-2535 Bay 3 and Bay 4) for parts, repairs, and a testing station, but no office space. The contractor is responsible for maintaining a stock of commonly used repair parts and for the transportation, removal, and installation of replacement machines. Machines failing three times within 15 calendar days must be replaced.