Skip to content
Department of Defense

Laundry Services BPA

Solicitation: COMBO-AFRL-PZLEQ-2026-0003
Notice ID: 3e577383e0cd456dac0f5040b05f31eb

Combined Synopsis Solicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: OH. Response deadline: Feb 18, 2026. Industry: NAICS 812332 • PSC S209.

Market snapshot

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

12-month awarded value
$71,952
Sector total $250,450,224 • Share 0.0%
Live
Median
$35,976
P10–P90
$22,887$49,065
Volatility
Volatile73%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($71,952)
Deal sizing
$35,976 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 OH
Live POP
Place of performance
Wright Patterson AFB, Ohio • 45433 United States
State: OH
Contracting office
Wright Patterson Afb, OH • 45433-7541 USA

Point of Contact

Name
Micah Wilson
Email
micah.wilson.8@us.af.mil
Phone
Not available
Name
Chris Stokes
Email
chris.stokes.1@us.af.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE RESEARCH LABORATORY • FA2396 USAF AFMC AFRL PZL AFRL PZLE
Contracting Office Address
Wright Patterson Afb, OH
45433-7541 USA

More in NAICS 812332

Description

SYNOPSIS/SOLICITATION:

This combined synopsis/solicitation is expected to result in the award of a (5) five year, pre-priced Blanket Purchase Agreement (BPA) for transportation services IAW Attch 1 – PWS_4 February 2026 Laundry Service. The Period of Performance (POP) will commence upon contract award and last for five years, or until the BPA ceiling is reached, whichever comes first. This solicitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; formal quotations are being requested.  An award, if any, will be made to the offeror’s quotation deemed the best value to the Government based on the following:

  1. Conformance to the Requirements of the solicitation.
  2. A rating of “Acceptable” on the Technical Capability evaluation factor.
  3. Submits the quotation with the lowest total evaluated price (TEP), provided it is deemed fair and reasonable.

The TEP will be evaluated based on Attachment 2 – Price List

The Contractor shall complete the price list included in attachment 2 – Price List and TEP calculation spreadsheet. The completed price list on page 1 will be attached to the awarded BPA. When inputs are made on page 1 of attachment 2 - Price List and TEP calculation spreadsheet, page 2 will auto populate the TEP based on the table and quantities below. The TEP will be evaluated based on the summation of section A and B on page 2.

Submittal of quotes in response to this solicitation constitutes agreement by the Offeror of all term & conditions contained herein, which will also be the terms & conditions of the resulting BPA.  It is the Offerors responsibility to be familiar with the applicable clauses and provisions included in Attachment 3.  The Government reserves the right to award without discussions or make no award at all depending upon the quality of quotations submissions (RFQ) using FAR 12, Acquisition of Commercial Items, and FAR Subpart 13.5, Simplified Procedures for Certain Commercial Items.

Acceptable means of Submission:  All submissions must be submitted electronically to the following email address micah.wilson.8@us.af.mil by Wednesday, 18 February 2026 at 2:00 PM EDT.

Any correspondence sent via- email must contain the subject line “Laundry Services BPA”.  The entire quotation must be contained in a single e-mail, unless otherwise pre-approved and does not exceed 5 megabytes including attachments.  E-mails with compressed files will not be accepted.  Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.. .exe or .zip files).  Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters.  Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson.  If sending attachments with email, ensure only .pdf, .doc, .docx, .xls, or .xlsx documents are sent.  The email filter may delete any other form of attachments.

REQUIREMENT:  All transportation services IAW Attch 1- PWS_4 February 2026 Laundry Service, as well as in the attached Price List (Attachment 2).

The quotations may be in any formant but MUST include:

Proposing company’s name, address, DUNS number, Cage Code, and TIN, and:

  1. Point of contact’s name, phone, and email
  2. Quotation number & date
  3. Timeframe the quote is valid
  4. Individual item price
  5. Total prices (including shipping)
  6. Shipping (FOB Destination)

Important Notice to Contractors:  All prospective awardees are required to register at the System of Award Management (SAM) and to maintain active registration during the life of the contract.  SAM can be accessed at https://www.sam.gov.

TERMS AND CONDITIONS – BLANKET PURCHASE AGREEMENT (BPA) 

BPA MASTER DOLLAR LIMIT: $150,000.00

BPA GPC CALL LIMIT: $25,000.00

BPA Contracting Officer CALL LIMIT: $150,000.00

Period of Performance: Five (5) years after Contract Award

NAICS: 812332 – Industrial Launderers

PSC CODE: S209-HOUSEKEEPING- LAUNDRY/DRYCLEANING

Small Business Size Standard: $47.0 Million (Average Annual Receipts)

  1. Effective Period:  The effective period of this Agreement is Five (5) years from date of Agreement, unless the Contracting Officer or the Contractor withdraws in writing prior to this date.  Any termination will require a minimum of thirty (30) days written notice to either party addressed herein or expiration of the Agreement.

  1. Extent of Obligation:  The Government is obligated only to the extent of authorized calls (made via verbal, emails, faxes) actually placed against this Blanket Purchase Agreement and the vendor deliveries with receipt and accepted by the Government.  The Government shall not be liable in any manner in the event no calls or emails are made.

  1. PURCHASE (CALL) LIMITATIONS:  When placed by a Contracting Officer, the individual purchase (call) shall not exceed $150,000.00. When placed by an authorized caller, the individual purchase (call) shall not exceed $25,000.00 and shall use a Government Purchase Card (GPC).  The Contracting Officer will furnish the vendor a list of individuals authorized to purchase under this BPA, identified by title or position, or by name of individual, organizational component, and the dollar limitation per purchase for each position title or individual by separate letter.  The vendor shall not honor calls received from personnel not so listed, nor will the Government accept any resultant deliveries or changes.

  1. CALLS:  The vendor shall receive purchase requests (service calls), telephonically, written, electronically by email, or by facsimile.  Vendor personnel receiving such calls verbally should assure themselves sufficient information is obtained to prepare the delivery ticket as required by paragraph 5 of this Agreement.  Calls can be made during business hours, 07:30 am to 4:30 pm daily.

  1. DELIVERY TICKETS:  The vendor shall provide a Delivery Ticket for each service under the Agreement.  The Delivery Ticket shall contain the following minimum information:

  1. Name of supplier
  2. BPA number
  3. Date of purchase
  4. Itemized list of supplies or service furnished
  5. Quantity, unit price, and extension of each item less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information).
  6. Date of delivery or shipment.

  1. DELIVERIES:  N/A

  1. INSPECTION/ACCEPTANCE:  Inspection and acceptance will be at destination, unless otherwise provided.  Until delivery and acceptance, and after any rejections, risk of loss will be on the contractor unless loss results from negligence of the United States Government.  Notwithstanding the requirements for any Government inspection and test contained in specifications applicable to this contract, except where specialized inspections or tests are specified for performance solely by the government, the vendor shall perform or have performed the inspections and tests required to substantiate that the supplies and services provided under the contract conform to the drawings, specification, and contract requirements for the manufacturer’s part numbers specified herein.

  1. INVOICES:  A summary invoice upon conclusion of each class for all transportation rendered during the class period, identifying the delivery tickets covered therein, stating their total dollar value, and supported by receipted copies of the delivery tickets.  The vendor shall only invoice items that have been delivered, received, and accepted.  The vendor is referred to “FAR Part 52.212-4(g) Invoice” for required information on the vendor’s invoice.  A summary invoice shall be submitted to the authorized caller.  Upon completion or cancellation of this BPA, the contractor should submit an itemized invoice for all deliveries made or orders complete for which payment has not already been made via the GPC.

  1. METHOD OF PAYMENT: 
  1. Prompt Payment Act.  The Government is required to pay a valid invoice net 30 days.  This means 30 days after the receipt of the vendor’s invoice and the Government’s receiving report; the Government is required to pay the vendor.  If the Government delays payment, interest will automatically be added to the vendor’s invoice charges and will be paid.
  2. Government Purchase Card.  The contractor shall accept payment from an authorized caller only up to the amount of $25,000.00.
  3. Discount to Prompt Payment.  Not Applicable.

  1. BPA COMPLETION:  This BPA will be considered complete upon expiration of the specified period of performance or when the BPA Master Dollar Limit is reached.  No further calls or orders are authorized to be placed against the BPA once it is complete and the contractor shall not accept calls or orders for supplies or services covered under this BPA once it is complete.

  1.  OUTSTANDING PURCHASES:  The contractor shall supply the items that were called for or ordered prior to completion or cancellation of this BPA within the time frame specified in the call or order.  The terms and conditions of this BPA shall apply to such purchases to the same extent as if the purchase was completed prior to completion or cancellation of this BPA.  The contractor shall not accept any calls which exceed the Master Dollar Limit, Call Limit or Period of Performance of the Agreement.

CONTRACT ADMINISTRATION DATA

Payment Information

Invoices & Payment Type:

  1. Purchases up to $25,000.00 will be made by the authorized caller only via the Government Purchase Card (GPC).  GPC Payments shall be made in accordance with FAR 52.232-36.

  1. Purchase over $25,000.00 will be made by the Contracting Officer via BPA Call.  Payment will be made in accordance with DFAR 252.232-7006, Wide Area WorkFlow Payment Instructions

  1. A summary invoice upon conclusion of each class for all transportation rendered during the class period, stating their total price, and supported by receipt copies of the delivery tickets.  The vendor shall only invoice items that have been delivered, received, and accepted.  The vendor is referred to “FAR Part 52.212-4 (g) Invoice” for required information on the vendor’s invoice.  The vendor is authorized to submit an invoice every thirty (30) days (once a month).  Summary invoice shall be submitted as an itemized invoice for all deliveries made.

WAGE DETERMINATION

Since the service location depends on the awarded quote, a wage determination will be made once an award decision is made. The wage determination will be determined in accordance with “www.dol.gov” in the awardee’s respective county.

ATTACHMENTS:

  1. – PWS_4 February 2026 Laundry Service
  2. - Price List
  3. – Wage Determination

Requested Date of Delivery:

1 April 2026

INSTRUCTIONS TO OFFERORS:

The provision at FAR 52.212-1, Instructions to Offerors – Commercial (Sep 2023), applies to this acquisition.

Addenda:

            N/A

EVALUATION OF OFFERS:

The provision at FAR 52.212-2, Evaluation -- Commercial Items (Nov 2021), will be used to evaluate quotes received.

The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered.

The following factors shall be used to evaluate offers:

Lowest Price Technically Acceptable

                        (1) Price

(2) Technical Acceptability

(a) In order for this quote to be considered “Technically Acceptable” it must meet all specification requirements in the Minimum Requirements Document dated 14 November 2024.

Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.

The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.

OFFEROR REPRESENTATIONS AND CERTIFICATIONS:

Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2024), with your quote.

  • If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
  • If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.

CONTRACT TERMS & CONDITIONS:

The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2023), applies to this acquisition.

Addenda:

            N/A

REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:

The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2025), applies to this acquisition.

The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:

Clause Number

Clause Title

FAR 52.219-28

Post Award Small Business Program Representation

FAR 52.222-3

Convict Labor

FAR 52.222-19

Child Labor-Cooperation with Authorities and Remedies

FAR 52.222-50

Combating Trafficking in Persons

FAR 52.223-18

Encouraging Contractor Policies to Ban Text Messaging While Driving

FAR 52.225-1

Buy American--Supplies

FAR 52.225-13

Restrictions on Certain Foreign Purchases

FAR 52.232-33

Payment by Electronic Funds Transfer- System for Award Management

ADDITIONAL CONTRACT REQUIREMENTS:

  1. Document submission requirements are detailed in Submittal Procedures (01 33 00).

  1. Offeror shall include all warranty requirements and documentation with quote.

  1. Offerors shall identify how long the quote is valid.

Additional provisions and clauses applicable to this requirement:

Type

Number

Title

Clause

FAR 52.203-19

Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements

Provision

FAR 52.204-7

System for Award Management

Clause

FAR 52.204-13

System for Award Management Maintenance

Clause

FAR 52.209-6

Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment

Clause

FAR 52.232-39

Unenforceability of Unauthorized Obligations

Clause

FAR 52.232-40

Providing Accelerated payments to Small Business Subcontractors

Clause

FAR 52.246-16

Responsibility for Supplies

Clause

FAR 52.247-34

F.O.B. Destination

Provision

FAR 52.252-1

Solicitation Provisions Incorporated by Reference

(Fill-in Text)

- https://www.acquisition.gov/

Clause

FAR 52.252-2

Contract Clauses Incorporated by Reference

(Fill-in Text)

- https://www.acquisition.gov/

Clause

DFARS 252.203-7000

Requirements Relating to Compensation of Former DoD Officials

Clause

DFARS 252.203-7002

Requirement to Inform Employees of Whistleblower Rights

Provision

DFARS 252.203-7005

Representation Relating to Compensation of Former DoD Officials

Clause

DFARS 252.204-7003

Control of Government Personnel Work Product

Provision

DFARS 252.204-7004, Alt A,

System for Award Management Alternate A

Provision

DFARS 252.204-7008

Compliance with Safeguarding Covered Defense Information Controls

Clause

DFARS 252.204-7012

Safeguarding Covered Defense Information and Cyber Incident Reporting

Clause

DFARS 252.204-7015

Notice of Authorized Disclosure of Information for Litigation Support

Clause

DFARS 252.211-7003

Item Unique Identification and Valuation

Clause

DFARS 252.223-7008

Prohibition of Hexavalent Chromium

Clause

DFARS 252.225-7001

Buy American and Balance of Payments Program

Clause

DFARS 252.225-7002

Qualifying Country Sources as Subcontractors

Clause

DFARS 252.225-7048

Export-Controlled Items

Clause

DFARS 252.232-7003

Electronic Submission of Payment Requests

Clause

DFARS 252.232-7006

Wide Area Workflow Payment Instructions

Clause

DFARS 252.232-7010

Levies on Contract Payments

Clause

DFARS 252.225-7012

Preference for Certain Domestic Commodities

Clause

DFARS 252.243-7001

Pricing of Contract Modifications

Clause

DFARS 252.244-7000

Subcontracts for Commercial Items

Clause

AFFARS 5352.201-9101

Ombudsman

(Fill-in Text)

Ombudsman: AFRL/PK Director

Alternate Ombudsman:  AFRL/PK Deputy Director

1864 Fourth St

Wright-Patterson AFB OH 45433-7130

937-904-9700

Afrl.pk.workflow@us.af.mil

DPAS APPLICABILITY:

This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The Department of the Air Force is soliciting proposals for a five-year Blanket Purchase Agreement (BPA) for Laundry Services under Solicitation Number COMBO-AFRL-PZLEQ-2026-0003. The BPA's total estimated ceiling is $150,000, with a maximum purchase limit of $25,000 for individual calls made by authorized personnel. Bidders must submit their quotes by February 18, 2026, ensuring adherence to specified pricing and document submission formats.

What the buyer is trying to do

The Air Force is seeking to establish a BPA for regular Laundry Services according to the attached Performance Work Statement and Price List, aiming for cost-effective, efficient service provision.

Work breakdown
  • Review and understand the Performance Work Statement (Attachment 1)
  • Complete the Price List and Total Evaluated Price (TEP) calculation (Attachment 2)
  • Prepare the quotation including required company information
  • Submit the quotation electronically as per guidelines
  • Ensure compliance with all FAR regulations and terms outlined in the solicitation
Response package checklist
  • Completed pricing list (Attachment 2)
  • Technical capability statement
  • Company information including DUNS, Cage Code, TIN
  • Proposal document containing individual item prices
  • Quotation submission via specified email
Suggested keywords
Laundry ServicesBPADepartment of the Air ForceNAICS 812332SBA Small Business
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Specific requirements in the Performance Work Statement (Attachment 1)
  • Detailed timeline for service delivery
  • Location of services to be performed
  • Contact information for additional inquiries
  • Frequency of expected service calls

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.