The contractor shall provide all management, tools, supplies, equipment, uniforms and labor necessary to provide Vehicle Maintenance (VM) uniform lease and laundering services for the 6th Logistics Readiness Squadron (LRS) at MacDill AFB, Florida.
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, specifically the 6th Logistics Readiness Squadron (LRS) at MacDill Air Force Base, Florida, is soliciting proposals for Vehicle Maintenance (VM) uniform lease and laundering services. This Total Small Business Set-Aside opportunity requires a contractor to provide all management, tools, supplies, equipment, uniforms, and labor for a full-service uniform program. The acquisition is designated as a Firm Fixed Price contract. Offers are due by May 13, 2026, at 1:00 PM EST.
Scope of Work
The contractor will establish and manage a comprehensive uniform rental and laundering program for approximately 25 VM technicians. Key requirements include:
- Uniform Provision: Supply 7 sets of dark blue, three-piece work uniforms (short-sleeve shirt, matching pant, matching jacket) per technician, comparable in quality to Carhartt and Dickies brands. Also, provide at least 50 red shop rags monthly.
- Laundering Services: Professional cleaning, pickup, and delivery of soiled uniforms, ensuring garments are hygienic, free of hazardous materials, and returned clean, dry, and neatly folded.
- Maintenance & Replacement: Inspect uniforms for damage, perform necessary repairs (mending, button/zipper replacement), and replace excessively worn or damaged garments at no additional cost. Lost or contractor-damaged garments must be replaced within 30 days.
- Inventory Management: Implement a system for tracking, assigning, and managing uniform inventory, including onsite measurements for personnel and timely delivery of new garments.
- Logistics: Provide industrial laundry carts and adhere to a flexible pickup/delivery schedule, with normal operations on Wednesdays between 0900 and 1400.
- Compliance: Contractor personnel must comply with base security requirements, including background checks and obtaining identification/vehicle passes. All services must adhere to applicable federal, state, and local laws and regulations.
Contract Details
- Contract Type: Solicitation (FA481426Q0015), Firm Fixed Price.
- Set-Aside: 100% Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 812331 (Industrial Launderers), Size Standard: $40.0 Million.
- Product Service Code: H184 (Quality Control Services: Clothing, Individual Equipment, And Insignia).
- Period of Performance: A base period and multiple option years are anticipated, with specific dates detailed in the solicitation documents.
- Place of Performance: MacDill Air Force Base, Tampa, Florida.
Submission & Evaluation
- Evaluation Method: Lowest Price Technically Acceptable (LPTA). Technical proposals will be evaluated on an Acceptable/Unacceptable basis, requiring all technical requirements to be met. Price analysis will determine fairness and reasonableness.
- Submission Requirements: Offers must be submitted via email to the specified government contacts. ZIP files are not accepted. Offerors must provide pricing for the entire requirement; partial pricing will lead to rejection. Initial offers should represent the offeror's best terms and hold prices firm for 60 calendar days.
- Eligibility: Offerors must have an active registration in the System for Award Management (SAM) at the time of submission and award.
- Funding: Award is contingent upon the availability of funds.
Key Dates & Contacts
- Questions Due Date: May 6, 2026, 1:00 PM EST.
- Offer Due Date: May 13, 2026, 1:00 PM EST.
- Primary Contact: David Lovett (david.lovett@us.af.mil, 813-828-7479).
- Secondary Contact: Jill Warye (jill.warye@us.af.mil, 813-828-4896).
Additional Notes
A U.S. Department of Labor Wage Determination (No. 2015-4571, Rev. 28, dated 12/03/2025) applies, outlining minimum wage rates and fringe benefits for services performed in specified Florida counties, including Hillsborough. Bidders must ensure compliance with these labor standards.