Laundry Cleaning - NAF BPA - Sources Sought
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, 7th Contracting Squadron at Dyess Air Force Base, Texas, is conducting market research through a Sources Sought / Request for Information (RFI) to identify potential sources for Laundry Cleaning Services for a Non Appropriated Funds (NAF) Blanket Purchase Agreement (BPA). This RFI aims to gather industry feedback, understand pricing structures, and obtain Rough Order of Magnitude (ROM) cost estimates. Responses are due by February 25, 2026, at 3:00 PM CST.
Scope of Work
The contractor will be required to furnish all services necessary for laundry and dry cleaning, including scheduled pickup and delivery, for Dyess AFB, TX. Services encompass:
- Comprehensive Laundry and Dry Cleaning: For all personnel, equipment, transportation, and supplies.
- Pickup and Delivery: Scheduled 7 days a week (excluding New Year's Day, Thanksgiving Day, Christmas Day) to specific lodging buildings (e.g., 7409-2, 7420-A&B, 7421-A&B, 7403-1, 7425-1, 7426-1, 6135, and 7218). Dirty linen pickup is 2:00 PM-5:00 PM; clean linen delivery by 7:00 PM (4:00 PM for specific buildings).
- Linen Management: Accountability for items, notification of discrepancies, potential reimbursement for missing/damaged articles, and identification/return of unserviceable items.
- Special Handling: Contaminated laundry must be handled according to specific guidelines. Minor damage repairs (rips, tears, seams, holes) are the contractor's responsibility at no additional cost.
- Compliance: Services must adhere to JCAHO, ICC, Infection Control Committee, International Fabricare Institute Publications, and AAAHC standards, as well as federal, state, and local health regulations and OSHA.
- Transportation: Use of enclosed vehicles, separate transport for soiled and clean articles, and cleaning of vehicle interiors.
- Quality Standards: 95% compliance for pickup/delivery schedules, packaging, workmanship, sanitation, vehicle interior, repairs, and correct quantities. Articles must be clean, free from soil, lint, dust, stains, bacteria, fungi, and pathogens. Specific washing/drying temperatures and methods are outlined, prohibiting chlorine bleach on certain fabrics.
Submission Requirements
Interested and qualified sources, including both large and small businesses, are encouraged to submit a response package. The package should demonstrate the firm's ability to fulfill the draft Performance Work Statement (PWS) requirements and answer specific questions within the Request for Information (RFI). Submissions must include:
- Company experience.
- A Rough Order of Magnitude (ROM) price.
- A Statement of Capability (SOC).
- Company name, CAGE code, point of contact, address, and phone number.
- A completed "Contractor Capability Survey" (attached to the RFI).
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) for a Non Appropriated Funds (NAF) BPA.
- Product Service Code: S209 - Laundry And Dry Cleaning Services.
- NAICS Code: 812320 - Drycleaning and Laundry Services (except Coin-Operated).
- Set-Aside: None specified; market research to determine potential set-asides for future acquisition.
- Response Due: February 25, 2026, 3:00 PM CST.
- Published: February 18, 2026.
Additional Notes
This announcement is for market research purposes only and does not constitute a solicitation. No contract will be awarded from this RFI, and the government will not reimburse costs associated with response preparation. All submitted information will be used for planning purposes. Potential offerors are responsible for monitoring SAM.gov for additional information.