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 Department of the Army, MICC-Fort Bragg, has issued a Solicitation (W91247-26-Q-A009) for Maintenance and Repair of Government-owned Washers and Dryers at Fort Bragg, NC, and associated facilities. This opportunity is a Total Small Business Set-Aside. Proposals are due March 16, 2026, at 1:00 PM EDT.
Scope of Work
The contractor will provide all necessary personnel, equipment, supplies, and repair parts for the maintenance, repair, and replacement of Government-owned washers and dryers, including Maytag, Speed Queen, and Whirlpool brands. Services cover Pope Army Airfield, Camp Mackall, Fort Bragg, and Aberdeen Training Facility. Tasks include routine maintenance, preventative maintenance, emergency repairs (within two business days), documentation, reporting, equipment removal/installation, and vandalism response.
Contract Details
- Contract Type: Firm Fixed Price (FFP) for labor and services; Cost Reimbursement for Other Direct Costs (ODCs) related to supplies and materials.
- Period of Performance: A 12-month base period, including a 30-day phase-in, followed by four 12-month option years, extending through March 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 811412 (Appliance Repair and Maintenance), with a size standard of $19M.
- Pricing Structure: The pricing schedule details CLINs for phase-in, services (FFP with $0.0 unit price for labor), and ODCs (Cost Reimbursement with government "plug figures" and COR pre-approval).
Submission & Evaluation
- Proposals Due: March 16, 2026, 1:00 PM EDT.
- Submission: Electronically to Terry Henry (terry.l.henry61.civ@army.mil) and Casey Cambrin (casey.n.cambrin.civ@army.mil).
- Evaluation Method: Lowest Price Technically Acceptable (LPTA).
- Evaluation Factors: Technical Capability (Phase-in Approach and Staffing Approach) and Price. Technical Capability will be rated Acceptable/Unacceptable.
- Proposal Organization: Volume I (Technical Capability, 35-page limit) and Volume II (Price, no limit).
Key Dates & Contacts
- Published Date: March 3, 2026.
- Site Visit: March 5, 2026, 10:00 AM EST.
- Questions Due: March 6, 2026, 1:00 PM EST.
- Primary Contact: Terry Henry, terry.l.henry61.civ@army.mil, 910-908-7004.
Special Requirements
Contractor personnel must be legal U.S. residents, proficient in English, and adhere to strict security requirements (E-Verify, iWATCH, OPSEC, Anti-Terrorism Level I training). A Quality Control Program (QCP) and a Phase In/Phase Out Plan are required. Compliance with environmental objectives, including maximizing environmentally preferable products and minimizing hazardous waste, is mandatory. The contractor must use salvaged parts where feasible and adhere to green procurement policies.