Rags Cleaning Services
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, specifically the W7M1 USPFO ACTIVITY DCANG 113, is soliciting proposals for Rags Cleaning Services at Joint Base Andrews, MD. This opportunity is a Total Small Business Set-Aside for a firm-fixed-price contract to provide rental pickup, cleaning, and bi-weekly delivery of lint-free shop towels and protective overalls. Quotes are due by 4:00 PM EST on April 24, 2026.
Scope of Work
The contractor shall furnish all tools, labor, equipment, transportation, and parts necessary for the rental, pickup, cleaning, and bi-weekly delivery of approximately 2,000 lint-free shop towels and 15 to 25 protective overalls. Services must adhere to the attached Performance Work Statement (PWS), ensuring items are clean, dry, lint-free, odor-free, and wrinkle-free. The contractor must also supply freestanding, fireproof containers for soiled and clean rags.
Contract Details
- Contract Type: Firm-Fixed-Price
- Period of Performance: A 12-month base period, four 12-month option years, and a 6-month extension period, covering July 1, 2026, through December 31, 2031.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 812332, Industrial Launderers, with a size standard of $47M.
- Place of Performance: Buildings 1228, 3119, 3217, 3227 on Joint Base Andrews, MD.
- Service Hours: Tuesday through Friday, 0700-1700, excluding recognized US holidays.
Submission & Evaluation
- Submission Deadline: Quotes must be received no later than 4:00 PM EST on April 24, 2026.
- Submission Method: Quotes shall be emailed to Bo Im at bo.im.1@us.af.mil.
- Questions Deadline: Written questions must be submitted by 4:00 PM EST on April 16, 2026.
- Evaluation Factors: Award will be made to the responsible offeror whose offer is most advantageous, considering Price and Technical factors. Past Performance will be evaluated on a "Pass/Fail" basis. Offerors must submit a Pricelist (Attachment 03) and a Capability Statement.
- Quote Validity: Offerors must hold prices firm for 60 days after the quote date.
- Mandatory Compliance: Compliance with FAR 52.204-7, System for Award Management (SAM), is mandatory for award. The Wage Determination (2015-4281, Rev. 35) must be adhered to for labor costs.
Key Attachments
- 01-Provisions and Clauses (FAR/DFARS, CMMC, WAWF)
- 02-Performance Work Statement (PWS)
- 03-Pricelist (template for bidder pricing)
- 04-Quality Assurance Surveillance Plan (QASP)
- 05-Wage Determination (SCA minimum wage rates)