New PPE Uniform Contract
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 (W2SD ENDIST BALTIMORE) is soliciting proposals for a Total Small Business Set-Aside contract for Uniform and Mat Rental and Laundry Services for the Washington Aqueduct (WA) in Washington, DC. This is a non-personal services contract requiring weekly delivery, pick-up, and laundry services. Proposals are due March 6, 2026, at 11:00 AM EST.
Purpose & Scope
The objective is to furnish uniform and safety mat support for the Washington Aqueduct, ensuring a sufficient supply of clean, ready-to-wear uniforms for up to 120 personnel, with an estimated 14% annual turnover. The scope includes weekly delivery of rental uniforms and laundry services, provision of specific uniform sets (e.g., Supervisor, Electrical, Operations, Welder, Laboratory), FR coveralls, lab coats, entryway safety mats, name tags, and WA logos. Services also involve on-site measurements for new employees, uniform replacement, and waste management. Pick-up and delivery services are required every Thursday between 6:30 AM and 2:00 PM at WA locations in Washington, DC.
Contract Details
- Contract Type: Firm Fixed Price (FFP)
- Solicitation Number: W912DR26QA0210001
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 812332 (Laundry and Drycleaning Services), Size Standard: $47,000,000
- PSC: S209 (Laundry And Dry Cleaning Services)
- Period of Performance: One base year (July 8, 2026 - July 7, 2027) with multiple option periods extending through July 7, 2031.
Submission & Evaluation
- Proposals Due: March 6, 2026, at 11:00 AM EST.
- Submission Method: Through the Procurement Integrated Enterprise Environment (PIEE).
- Evaluation Factors: Technical Requirements, Past Performance, and Price.
- Award Basis: Lowest Price Technically Acceptable (LPTA).
- Requirements: Offerors must be actively registered in SAM.gov. Pricing sheets must detail garment prices per year and reflect yearly costs per line item based on PWS quantities.
Key Documents & Clarifications
An amendment updated the Performance Work Statement (PWS) and provided answers to Requests for Information (RFIs). A U.S. Department of Labor Wage Determination (No. 2015-4281, Rev. 35) applies, detailing minimum wage rates, fringe benefits, vacation, holidays, and uniform allowances for the District of Columbia, Maryland, and Virginia, which is crucial for labor cost estimation. Clarifications include updated specifications for lab coats, FR coveralls, entryway floor mats, and detailed pricing instructions.
Contact Information
- Primary: Ayanah Savage (ayanah.a.savage@usace.army.mil)
- Secondary: Vincent Gier (Vincent.J.Gier@usace.army.mil)