Skip to content
Department of Defense

CAMP SHELBY JOINT FORCES TRAINING CENTER LINEN SERVICES re-solicitation of Notice ID W9127Q26QA001

Solicitation: W9127Q26QA001a
Notice ID: dcd5534f2018403e882218025acdbad3
TypeCombined Synopsis SolicitationNAICS 812320PSCS209Set-AsideSBADepartmentDepartment of DefenseAgencyDept Of The ArmyStateMSPostedMar 31, 2026, 12:00 AM UTCDueApr 07, 2026, 06:00 PM UTCCloses in 1 days

Combined Synopsis Solicitation from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: MS. Response deadline: Apr 07, 2026. Industry: NAICS 812320 • 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: W9127Q26QA001A. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 812320 (last 12 months), benchmarked to sector 81.

12-month awarded value
$914,187
Sector total $372,345,198 • Share 0.2%
Live
Median
$68,236
P10–P90
$13,647$105,928
Volatility
Volatile135%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($914,187)
Deal sizing
$68,236 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 MS
Live POP
Place of performance
Hattiesburg, Mississippi • 39407 United States
State: MS
Contracting office
Flowood, MS • 39232-8861 USA

Applicable Wage Determinations

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

WD Directory →
Best fit for this contractDavis-Bacon
MS20260049 (Rev 1)
Match signal: state matchOpen WD
Published Jan 23, 2026Mississippi • Hancock
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $32.90Fringe $7.89
Rate
POWER EQUIPMENT OPERATOR Crane
Base $35.50Fringe $14.55
+18 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 18 more rate previews.
Davis-BaconBest fitstate match
MS20260049 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Hancock
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $32.90Fringe $7.89
Rate
POWER EQUIPMENT OPERATOR Crane
Base $35.50Fringe $14.55
Rate
Forklift
Base $35.50Fringe $14.55
+17 more occupation rates in this WD
Davis-Baconstate match
MS20260070 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Wilkinson
Rate
ELECTRICIAN
Base $33.30Fringe $11.63
Rate
IRONWORKER (STRUCTURAL)
Base $21.00Fringe $8.81
Rate
CARPENTER, Includes Form Work
Base $16.54Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
MS20260063 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Forrest, Lamar, Perry
Rate
ELECTRICIAN
Base $32.90Fringe $7.89
Rate
CARPENTER, Includes Form Work
Base $16.77Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $17.75Fringe $0.00
+8 more occupation rates in this WD
Davis-Baconstate match
MS20260076 (Rev 1)
Open WD
Published Jan 23, 2026Mississippi • Simpson
Rate
ELECTRICIAN (Includes Low Voltage Wiring)
Base $32.90Fringe $7.89
Rate
CARPENTER, Includes Form Work
Base $16.45Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.36Fringe $0.00
+8 more occupation rates in this WD

Point of Contact

Name
ARIYEL C. BRYANT
Email
ariyel.c.bryant.mil@army.mil
Phone
Not available
Name
Laurie C. Morris
Email
laurie.c.morris3.civ@army.mil
Phone
Not available

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO MS • USPFO MS PROCUREMENT • W7NH USPFO ACTIVITY MS ARNG
Contracting Office Address
Flowood, MS
39232-8861 USA

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: 15 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: 15 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: 15 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: 15 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: 15 April 2030- 31 March 2031

The Performance Work Statement is attached.

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 RFO FAR 12.203, 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 https: //www.acquisition.gov/far-overhaul.

Place of Performance:

PCS WAREHOUSE

BLDG 201 2ND STREET

MSARNG TRAINING CENTER

CAMP SHELBY, MS  39407

Quotes shall include:

  • Physical location where commercial linen/laundry service will be performed.
  • Provide technical capabilities to perform commercial linen/laundry services. This shall include laundering linens, sanitization protocol, pressing, folding and bundling that meets commercial industry standards with scheduled collection/pick up of soiled linens and delivery of freshly cleaned items.
  • Past Performance that demonstrates acceptable evidence of the prospective contractor’s ability of successfully performance the requirements stated in the PWS that demonstrates standards of good workmanship, timeliness, and commitment to customer satisfaction.

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 Thursday, 2 April 2026 at 1:00pm CST.

Quotes are due no later than 1:00 p.m. CST, Tuesday, 7 April 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.

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.