Skip to content
Department of Defense

SMO Towel Laundry Cleaning Services

Solicitation: W912JB-26-Q-A016
Notice ID: 3c233319832940f7bb29976ffb26c7f7
TypeCombined Synopsis SolicitationNAICS 812332PSCS209Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateMIPostedApr 02, 2026, 12:00 AM UTCDueApr 30, 2026, 04:30 PM UTCCloses in 20 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MI. Response deadline: Apr 30, 2026. Industry: NAICS 812332 • PSC S209.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912JB-26-Q-A016. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 812332 (last 12 months), benchmarked to sector 81.

12-month awarded value
$5,930,434
Sector total $378,430,433 • Share 1.6%
Live
Median
$229,375
P10–P90
$229,375$229,375
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
1.6%
share
Momentum (last 3 vs prior 3 buckets)
+8042%($5,786,530)
Deal sizing
$229,375 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for MI
Live POP
Place of performance
Lansing, Michigan • 48906 United States
State: MI
Contracting office
Lansing, MI • 48906-2934 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
MI20260028 (Rev 1)
Match signal: state match • scope type matchOpen WD
Published Jan 23, 2026Michigan • Lapeer, Livingston, Macomb +1
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.74Fringe $32.59
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
+55 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 55 more rate previews.
Davis-BaconBest fitstate match • scope type match
MI20260028 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Lapeer, Livingston, Macomb +1
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.74Fringe $32.59
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
TILE SETTER
Base $40.53Fringe $23.62
+54 more occupation rates in this WD
Davis-Baconstate match • scope type match
MI20260151 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Shiawassee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $37.64
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+35 more occupation rates in this WD
Davis-Baconstate match • scope type match
MI20260083 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Genesee
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR
Base $40.00Fringe $23.65
Rate
BOILERMAKER
Base $43.50Fringe $36.74
Rate
BRICKLAYER
Base $38.00Fringe $26.49
+29 more occupation rates in this WD
Davis-Baconstate match • scope type match
MI20260013 (Rev 1)
Open WD
Published Jan 23, 2026Michigan • Genesee
Rate
CARPENTER
Base $36.46Fringe $23.69
Rate
ELECTRICIAN
Base $35.62Fringe $22.03
Rate
OPERATOR: Power Equipment GROUP 1
Base $48.98Fringe $25.25
+15 more occupation rates in this WD

Point of Contact

Name
Bonnie Reineer
Email
bonnie.l.reineer.civ@army.mil
Phone
Not available
Name
Olayemi O. Olatunji
Email
olayemi.o.olatunji.mil@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO MI • USPFO MI PROCUREMENT • W7NF USPFO ACTIVITY MI ARNG
Contracting Office Address
Lansing, MI
48906-2934 USA

More in NAICS 812332

Description

Solicitation number:  W912JB-26-Q-A016 Request For Quote (RFQ)

Title:                            Industrial Towel Laundry Services

Contracting Office:    USPFO-MI, 3423 N MLK JR BLVD, LANSING MI 48906

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, FAR 13 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

1.0       REQUEST FOR QUOTE

1.1         The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2026-05. 

1.2         Total Small Business set aside

1.3         Applicable size standard is $41,500,000.

1.4       NAICS:  812332 Industrial Launderers

1.5       Period of performance:    May 18, 2026 – May 17, 2030

1.6       Contract Line Item Structure (CLIN):

1.6.1    0001    base period service; POP:  12 months

1.6.2    1001    option period one; POP:  12 months

1.6.3    2001    option period two; POP:  12 months

1.6.4    3001    option period three; POP:  12 months

1.6.5    4001    option period four; POP:  12 months

1.6.6    5001    service for 52.217-8 max of 6 months; QTY:  1 month

1.7       Requirement details are in Attachment A - Performance Work Statement.

1.8         Applicable provisions and clauses are provided in Attachment B.

2.0    QUOTE FORMAT

2.1  The offeror is expected to ensure compliance with all laws, regulations, standards, and any other constraints specifically identified in the solicitation. A statement of acknowledgement must be included in the quote to conform with all terms, conditions, provisions and clauses in the solicitation.

2.2  Company information shall include from sam.gov entity registration:

2.2.1 name and address (include ‘doing business as’ (dba) name),

2.2.2 point of contact information (name, email and phone number),

2.2.3 UEI and CAGE codes

2.2.4 Tax identification number

2.3 The acceptable electronic format shall be compatible with Microsoft 365 or PDF Adobe.

2.4 All documents shall be labeled with the solicitation number (W912JB26QA016) and not be password protected.

2.5 The offeror should assume the Government has no prior knowledge of its capabilities and experience. The Government will base its evaluation on the information presented in the offeror’s quote.

3.0       VOLUME 1 - TECHNICAL CAPABILITY

3.1         The quote shall present relevant information articulating the offeror’s proposed approach to meeting the PWS requirements. This section shall clearly demonstrate the offeror’s understanding by providing a clear description of the proposed approach to performing the work. The offeror’s description should include a clear description of all processes and procedures employed. Offerors shall provide relevant experience (for this purpose, experience refers to what an offeror has done, not how well it was accomplished) in performing proposed processes and procedures. Offers must submit a technical approach to include narrative of the quality assurance plan process.

3.2       Past performance of relevant experiences may be included as an example of how the technical approach has been previously performed. This information shall not be more than five years prior to the solicitation issuance date. 

3.3       At least one of the recent past performance references shall include performance of the same or similar requirements as those described in PWS paragraph 5.

3.4       Provide a brief description of the work performed describing the similarities between the relevant work performed in comparison to the PWS paragraph 5.

3.5       The offeror shall not rephrase or restate the requirements but shall provide convincing rationale to address how the offeror intends to meet those requirements.

3.6       Technical capability and past performance will be used for evaluation.

4.0       VOLUME 2 - PRICING

4.1       Pricing shall be submitted in relation to the solicitation CLIN structure to include option periods if applicable.  The total extended price shall be submitted for the period of performance. Quotes without the extended price may be rendered unacceptable.

4.1.1    The offeror shall include substantiating data of the price proposal to establish that the proposed price is reasonable and complete.  The offer should include the burdened rate of labor and the applicable classification on the Department of Labor’s Wage Determinations. 

4.1.2    Identify direct labor, other direct costs and an explanation of the escalation and how it was applied.

4.2     Reserved.

4.3       The offeror shall prominently list the expiration date of the pricing for a minimum of 60 days.    

5.0       SAM REGISTRATION/JOINT VENTURE

5.1       The offeror must have an active registration on sam.gov at the time of award.

5.1.1    The registration must be active throughout the period of performance to be able to submit an invoice in WAWF.

5.2       In accordance with Class Deviation 2023-O0001 effective October 28, 2022, a small business joint venture offeror must submit, with its offer, the representation required in paragraph (c) of FAR solicitation provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, and paragraph (c) of FAR solicitation provision 52.219-1, Small Business Program Representations, in accordance with 52.204-8(d) and 52.212-3(b) for the following categories:  A) Small business; (B) Service-disabled veteran-owned small business; (C) Women-owned small business (WOSB) under the WOSB Program; (D) Economically disadvantaged women-owned small business under the WOSB Program; or (E) Historically underutilized business zone small business.

6.0         NIST COMPLIANCE

6.1         in accordance with DFARS 252.204-7020, the contractor shall submit a self-assessment on safeguarding covered defense information that resides in or transits through covered contractor information systems by applying network security requirements.

6.2         National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 provides 110 controls that the contractor shall self-evaluate to determine compliance.

6.3       Assessment to be submitted on Procurement Integrated Enterprise Environment (PIEE) to login to the Supplier Performance Risk System (SPRS) module prior to submitting a quote.

6.4       The assessment shall be no more than three years since reporting.

7.0       EVALUATION

7.1         The Government intends to award a single small business that provides the best value to the Government which meets all the technical specifications and provisions listed in this RFQ.

7.2         Best value will be determined by evaluating price, past performance, and technical approach. Technical capability will be established by evaluating the experience the contractor has with relevant and similar contracts. Technical approach and technical capability will be evaluated as acceptable or unacceptable. All factors are rated approximately equal.

7.3         The government intends to award to the responsible contractor whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value.

7.4         The government may award to other than the lowest priced quote if the factors of technical capability and technical approach provide the best value and exhibit betterments above the minimum requirements identified in the RFQ.

7.5         Negative or adverse information on FAPIIS or SPRS in the last three years may render your quote unacceptable.

8.0         AWARD

8.1         In accordance with FAR 12.207, a firm-fixed contract shall be issued.

8.2         Dates of period of performance will be 18 May 2026 – 17 May 2030 unless otherwise instructed.

8.3         The contractor shall communicate with the Contracting Officer Representative (COR) to schedule the preliminary performance. 

8.4       A Pre-Performance Meeting on TEAMS will be held with the offeror’s point of contact, COR, contract administrator and contracting officer. Other company personnel can be invited to the meeting if deemed to have a role on the contract/service.

8.5       A notice will be sent to the unsuccessful offerors when a signed contract has been received from the apparent awardee.

9.0         BILLING INSTRUCTIONS

9.1         Invoice terms are Net 30 days.

9.2         Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance.

9.3         Inspection and acceptance will be at Lansing, Michigan. 

9.4         Quantity for services corresponds to the number of invoices to be submitted per month during the time of performance.

9.5         Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). 

9.5.1     Instructions are on clause 252.232-7006.

9.5.2     The invoiced amount for the CLIN shall not exceed the unit of issue amount.

9.5.3     Invoices shall be submitted after the service has been completed.

9.5.4     The Contracting Officer Representative (COR) has seven days to inspect the submitted invoice, and seven days to accept or reject the invoice. Once accepted, the request is submitted to the USPFO Pay Office for processing; when approved, the request is sent to DFAS for EDI transmission to the contractor.

10.0     QUOTE SUBMISSION INSTRUCTIONS

10.1     Refer to clause 52.212-1 Instructions to Offerors for preparation of the quote.  An SF1449 is not required in accordance with FAR 12.603(b).

10.2     The quote shall not contain citations or active links to internet pages.  Any linked information will not be accepted and removed from the quote.

10.3      Questions due: 24 April 2026, 12:30 pm Eastern Standard Time (EST).

Questions must be submitted via email to bonnie.l.reineer.civ@army.mil.  Questions will not be answered via telephone.  

10.4     It is the offeror’s responsibility to ensure all required documentation is provided in its entirety before the date and time set for closing of the solicitation.

10.4.1  Statement of Acknowledgement

10.4.2  Volume I – Technical Capability

10.4.3  Volume 2 – Pricing

10.4.4  SF30 signed if the solicitation is amended

10.5      Quotes due:     30 April 2026 – 12:30 p.m. Eastern Standard Time (EST) 

10.5.1  Quotes must be submitted electronically to bonnie.l.reineer.civ@army.mil and ng.mi.miarng.mbx.uspfo-pc-vendors@army.mil      

10.6     The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.