- 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
Camp Shelby Laundry and Linen Services
Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MS. Response deadline: Mar 17, 2026. Industry: NAICS 812320 • PSC S209.
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.
- Structured checklist, AI guidance, and progress tracking
- Build evidence and controls with clearer next-step workflows
- Ideal for teams that want speed plus affordability
Market snapshot
Awarded-market signal for NAICS 812320 (last 12 months), benchmarked to sector 81.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Applicable Wage Determinations
SAM WDOL references matched to this opportunity's location and scope language.
View more for this contract3 more WD matches and 41 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 812320
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with Revolutionary FAR Overhaul (RFO) Part 12 - Acquisition of Commercial Products and Commercial Services. This announcement constitutes the only solicitation. Solicitation number W9127Q26QA001 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2025-06 Effective 01 October 2025 and the Defense Federal Acquisition Regulations (DFARS) updated 02 February 2026. This acquisition is being set-aside for Small Business concerns and only qualified offerors may submit quotes. The North American Industrial Classification System Code (NAICS) is 812320 with a standard size of $8.0m. The Government anticipates an award of a Firm-Fixed Price purchase order for one base year plus four 1-year options for Laundry and Linen Services with scheduled pickup and delivery:
CLIN 0001- Contractor shall provide Laundry and Linen Services with scheduled pickup and delivery in accordance with section 5.0 Requirements of the Performance Work Statement.
Laundry and Linen Services (Base Year) – 25,529.53 lbs
Anticipated POP: 1 April 2026- 31 March 2027
CLIN 1001- Contractor shall provide Laundry and Linen Services with scheduled pickup and delivery in accordance with section 5.0 Requirements of the Performance Work Statement.
Laundry and Linen Services (Option Year 1) – 25,529.53 lbs
Anticipated POP: 1 April 2027- 31 March 2028
CLIN 2001- Contractor shall provide Laundry and Linen Services with scheduled pickup and delivery in accordance with section 5.0 Requirements of the Performance Work Statement.
Laundry and Linen Services (Option Year 2) – 25,529.53 lbs
Anticipated POP: 1 April 2028- 31 March 2029
CLIN 3001- Contractor shall provide Laundry and Linen Services with scheduled pickup and delivery in accordance with section 5.0 Requirements of the Performance Work Statement.
Laundry and Linen Services(Option Year 3) – 25,529.53 lbs
Anticipated POP: 1 April 2029- 31 March 2030
CLIN 4001- Contractor shall provide Laundry and Linen Services with scheduled pickup and delivery in accordance with section 5.0 Requirements of the Performance Work Statement.
Laundry and Linen Services (Option Year 4) – 25,529.53 lbs
Anticipated POP: 1 April 2030- 31 March 2031
The Performance Work Statement is attached below.
The provision at 52.212-1, Instructions to Offerors – Commercial Products and Commercial Services (NOV 2025)(DEVIATION), applies to this acquisition. Addenda are not included.
The provision at 52.212-2, Evaluation – Commercial Products and Commercial Services (NOV 2025)(DEVIATION), applies to this acquisition. The following factors shall be used to evaluate offers/quotes:
- Technical capability of meeting the government’s requirement as described in the Performance Work Statement
- Past Performance
- Price
(a) Evaluation factors: The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.
(b) Options (if applicable): The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. The evaluation of options does not obligate the Government to exercise the option(s).
(c) Basis of award: The Government shall award a firm-fixed priced Purchase Order to the responsible offeror representing the best value to the Government, using procurement process where the government selects the offeror that provides the most overall value, considering both price and non-price factors utilizing a streamlined comparative trade-off evaluation IAW FAR 12.602 & 13.106-2, which may result in award to other than lowest priced quote.
(d) NON-CONFORMING QUOTES: Gov’t may reject any quote not conforming to the solicitation.
BASIS OF AWARD: Award shall be made on the basis of best value to the government as per attached performance work statement (PWS) to include price and past performance. The contractor shall satisfy all the minimum requirements in the PWS. Detailed description of minimum requirements are included in section 5.0 Requirements of the PWS.
To ensure timely and equitable evaluation of quotes, offerors shall comply with instructions contained herein. Quotes shall be complete, self-sufficient, and respond directly to the requirements of this solicitation. Quotes shall be no longer than four pages including the attached quoted sheet. Partial quotes shall not be considered. Award shall be made (all or none) to one offeror.
Clauses and provisions incorporated by reference may be accessed via the Internet at https://www.acquisition.gov/browse/index/far.
Place of Performance:
PCS WAREHOUSE
BLDG 201 2ND STREET
MSARNG TRAINING CENTER
CAMP SHELBY, MS 39407
All offerors shall include Fed Tax ID#, EIN, UEI, and CAGE CODE with their quote. The offeror shall provide within its offer the number of days required to make initial delivery to start service after it receives a purchase order from the buyer. All offerors shall be registered in SAM (https://sam.gov/portal/publis/sam), in order to be considered eligible for award.
Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, apply to this requirement. Payment shall be made through Wide Area Work Flow (WAWF), the government’s E-invoicing system. To gain access to the WAWF production system, contractors shall acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.
Questions regarding this requirement shall be in writing and submitted to Ariyel Bryant at ariyel.c.bryant.mil@army.mil and Laurie Morris at laurie.c.morris3.civ@army.mil by Friday, 6 March 2026 at 1:00pm CST.
Quotes are due no later than 3:00 p.m. CST, Tuesday, 17 March 2026. Submit quotes via email to Ariyel Bryant at ariyel.c.bryant.mil@army.mil and Laurie Morris at laurie.c.morris3.civ@army.mil.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
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.