Washer and Dryer Rental/Maintenance

SOL #: N6883626QS009Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR JACKSONVILLE
JACKSONVILLE, FL, 32212-0097, United States

Place of Performance

Pensacola, FL

NAICS

Consumer Electronics and Appliances Rental (532210)

PSC

Lease Or Rental Of Equipment: Household And Commercial Furnishings And Appliances (W072)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Nov 5, 2025
2
Last Updated
Feb 10, 2026
3
Submission Deadline
Dec 2, 2025, 6:00 PM

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 Navy, NAVSUP FLT LOG CTR JACKSONVILLE, is soliciting Final Quote Revisions (FQRs) for Washer and Dryer Rental and Maintenance services for unaccompanied housing residents in the northwest Florida area, including Pensacola. This is a Total Small Business Set-Aside opportunity. FQRs are due by February 12, 2026, at 1:00 PM EST.

Scope of Work

This opportunity requires the rental and ongoing maintenance of commercial-grade electric washers (minimum 14 lbs capacity) and dryers (minimum 5.75 cubic foot drum capacity). Both standalone and stackable units are required, all of which must be UL approved, capable of various temperature settings, and include safety features. Key services include delivery, installation, ongoing maintenance, and removal of old machines, with new units installed within a two-day timeframe. Operating instructions and contact information must be posted at each location. The Performance Work Statement (PWS) has been updated to detail specific requirements, including installation floors, machine specifications, and logistical considerations.

Contract Details

This is a Firm Fixed Price solicitation with a base period and multiple option periods, potentially extending up to five years with additional six-month extensions. The base period of performance start date has been adjusted from February 1, 2026, to April 1, 2026, due to a government shutdown. Quantities for CLINs 0001 through 0018 have been reduced from 11 to 9 units each.

Set-Aside & Eligibility

This acquisition is a Total Small Business Set-Aside under NAICS Code 532210, with a size standard of $47,000,000.00. Subcontracting is permitted for installation and maintenance functions using certified commercial laundry service providers, in accordance with DFARS 252.219-7000 (DEVIATION 2021-00008).

Evaluation & Submission

Award will be based on the Lowest Price Technically Acceptable (LPTA) methodology. Technical capability will be evaluated for acceptability across three key areas: Washer/Dryer Specifications, Maintenance Plan, and Installation Plan. Quotes not meeting minimum requirements will be deemed technically unacceptable. Final Quote Revisions are due by February 12, 2026, at 1:00 PM EST. Offerors must acknowledge receipt of all amendments, including Amendment 0003, to avoid rejection of their offer.

Key Amendments & Clarifications

  • Amendment 0003 (Feb 9, 2026): Adjusted the base period start date to April 1, 2026, and reduced quantities for CLINs 0001-0018. Requires acknowledgement.
  • Amendment 0002 (Nov 17, 2025): Updated the Performance Work Statement (PWS) and answered vendor questions, including updates to previously submitted questions.
  • Q&A A0002 (Nov 17, 2025): Clarified that used or alternate equipment brands are acceptable if they meet PWS specifications. Detailed site access, logistical considerations, and confirmed Service Contract Labor Standards applicability.
  • Q&A A0001 (Nov 12, 2025): Clarified dryer types (standalone/stackable), quantity representation, and installation logistics, including the availability of elevators for installation.
  • Wage Determinations: Multiple wage determinations (WD 2015-4531 Rev 31 and WD 2015-4561 Rev 30) are applicable, establishing minimum wage rates and fringe benefits for services performed in Florida counties.

Contact Information

Primary Point of Contact: Quentin Keaton (quentin.l.keaton.civ@us.navy.mil).

People

Points of Contact

Harold MeltonSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Solicitation
Posted: Feb 10, 2026
View
Version 4
Solicitation
Posted: Feb 9, 2026
View
Version 3Viewing
Solicitation
Posted: Nov 17, 2025
Version 2
Solicitation
Posted: Nov 12, 2025
View
Version 1
Solicitation
Posted: Nov 5, 2025
View