Skip to content
Department of Defense

JBA Laundry and Linen cleaning srevices

Solicitation: FA2860FY26FEB_JBALL
Notice ID: e038f7061ee14c8e80e65e3338096569
TypeSources SoughtNAICS 812320DepartmentDepartment of DefenseAgencyDept Of The Air ForceStateMDPostedFeb 02, 2026, 12:00 AM UTCDueFeb 16, 2026, 07:30 PM UTCExpired

Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: MD. Response deadline: Feb 16, 2026. Industry: NAICS 812320.

Market snapshot

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

12-month awarded value
$730,600
Sector total $250,450,224 • Share 0.3%
Live
Median
$365,300
P10–P90
$333,700$396,900
Volatility
Stable17%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.3%
share
Momentum (last 3 vs prior 3 buckets)
+100%($730,600)
Deal sizing
$365,300 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 MD
Live POP
Place of performance
St James, Maryland • 20762 United States
State: MD
Contracting office
Jb Andrews, MD • 20762-7001 USA

Point of Contact

Name
CHARLES MADDOX
Email
Charles.Maddox.8@us.af.mil
Phone
240-612-3980

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE DISTRICT OF WASHINGTON
Office
FA2860 316 CONS PK
Contracting Office Address
Jb Andrews, MD
20762-7001 USA

More in NAICS 812320

Description

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.
Joint Base Andrews (JBA) intends to pursue a Section 8(a) sole-source or competitive 8(a) set-aside for the anticipated contract renewal. If, after market research and outreach, no qualified active 8(a) participants are identified, JBA could potentially convert the requirement to a socio-economic (HUBZone, SDVOSB, or WOSB) set-aside or a total small business set-aside consistent with FAR and SBA guidance. The contracting officer will document market-research findings and determination procurement strategy. The North American Industry Classification Systems (NAICS) Code proposed is 812320 (Drycleaning and Laundry Services). The size standard is $8.0 million dollars.
This requirement is to provide: Routine pick-up and delivery of laundry and linen articles located across multiple organizations at JBA. Items provided will be used for various functions and have different levels of protocols based on the individual PWS. Promptness and the flexible capability of delivery along with accuracy in count of article received/returned is critical components towards the adherence of each PWS description.
(Please see attached the Performance Work Statement for more information.)
We are interested in designated small-sized business capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business capability, NAICS code 812320 verification, specific SBA certification of socio-economic status, specific facility location on where work will be performed and a description of similar services offered to the Government and/or to commercial customers.
Interested vendors should submit their response package that outlines the firm’s capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent/relevant experience in all areas should be provided. Teaming with other qualified socio-economic business partners is allowed as per FAR compliance. Include in your capabilities package your Unique
Entity ID, Cage Code, System for Award Management expiration date, and any other related details. The response must not exceed 2 pages.
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision.
NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.
All responses to this notice are to be submitted by 2:30 PM Eastern Standard Time, on 16 Feb 2026. Responses will be accepted via electronic means only to charles.maddox.8@us.af.mil.

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 seeking sources for laundry and linen cleaning services under solicitation number FA2860FY26FEB_JBALL, posted on 02 February 2026. This Opportunity is part of a potential sole-source or competitive 8(a) set-aside for Joint Base Andrews (JBA). Interested vendors must demonstrate their capability in providing routine laundry services compliant with diverse PWS protocols and submit responses by 16 February 2026.

What the buyer is trying to do

The buyer aims to gather information about capable small businesses that can fulfill laundry and linen cleaning services at Joint Base Andrews. The Government is particularly interested in firms with 8(a) capabilities or other socio-economic status as per FAR and SBA guidance.

Work breakdown
  • Routine pick-up and delivery of laundry and linen articles
  • Compliance with various performance work statement protocols
  • Accurate count of articles received and returned
  • Timely and flexible delivery capabilities
Response package checklist
  • Brief description of business capabilities
  • Verification of NAICS code 812320
  • Specific SBA certification of socio-economic status
  • Facility location where work will be performed
  • Summary of recent and relevant experience in laundry services
  • Unique Entity ID and Cage Code
  • SAM registration details
  • Teaming agreements delineating responsibilities
Suggested keywords
Laundry servicesJBA8(a) certificationsocio-economic set-asidedrycleaningperformance work statement
Source coverage notes

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

  • Detailed performance work statement for specific service requirements
  • Potential budget or pricing structure expectations
  • List of current providers and their service levels

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.