NAF Laundry Services for the Westwind Inn & Fisher House Lodging (Travis AFB, CA)
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 Air Force is soliciting proposals for Nonappropriated Fund (NAF) Laundry Services for the Westwind Inn & Fisher House Lodging at Travis Air Force Base, CA. This opportunity is a Total Small Business Set-Aside and seeks a contractor to provide comprehensive laundry operations. Proposals are due March 31, 2026, at 12:00 PM PDT.
Scope of Work
The contractor will provide all necessary resources for laundry services, adhering to industry standards for sanitation and cleanliness. This includes processing and washing linen separately for Westwind Inn and Fisher House. Pick-up and delivery are required seven days a week for Westwind Inn and one day a week for Fisher House, with services on all federal holidays except Thanksgiving and Christmas. Emergency delivery of clean linen is also required. The estimated annual requirement is 789,400 lbs of laundry. Contractors must submit a Quality Management System (QMS) plan and comply with Travis AFB Environmental Management System (EMS) and security requirements for base access.
Contract Details
This is a Combined Synopsis/Solicitation for a Firm Fixed-Price contract. The period of performance includes a base year from June 1, 2026, to May 31, 2027, followed by four one-year option periods, extending through May 31, 2031, plus a potential six-month option to extend until November 30, 2031. This is a nonappropriated fund purchase, meaning it does not obligate federal tax dollars. The previous contract (FA442721C0016) was awarded to Sacramento Laundry Company Inc. for $6,462,500.00, performed from June 1, 2021, to May 31, 2026.
Eligibility & Submission
This acquisition is 100% set aside for Small Businesses under NAICS Code 812320 (Size Standard: $8,000,000.00). Proposals must be submitted in three parts: Administrative Information, Offered Price, and Past Performance. Evaluation will be based on Price and Past Performance, with award to the responsible offeror providing the best value. A site visit is scheduled for March 16, 2026, at 10:00 AM PDT. Offerors must complete and submit a Past Performance List of References and ensure customers complete the updated Past/Present Performance Questionnaire by the proposal due date. Wage Determination for Solano County, CA, and NAF Standard Clauses are incorporated.
Contact Information
Primary Point of Contact: Clark Teninty (clark.teninty.1@us.af.mil, 707-424-7737). Secondary Point of Contact: Mr. Vitaliy Kim (vitaliy.kim.1@us.af.mil, 707-424-7740).