- 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
UNIFORM RENTAL WEEKLY SERVICE-FIRE RETARDANT SHIRTS AND PANTS
Sources Sought from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: CA. Response deadline: Apr 07, 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 137 more rate previews.↓
Point of Contact
Agency & Office
More in NAICS 812320
Description
Description(s): REQUEST FOR INFORMATION FOR WEEKLY UNIFORM LINEN SERVICES
THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.
1. Purpose.
This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for Weekly Uniform Linen Services.
2. Requirement.
This acquisition anticipates seeking a contractor who can provide Weekly Uniform Linen Services at Edwards AFB, CA. The requirement consists of the following services:
- Initial consultation/demonstration on-site providing clothing options
- Individual sizing four (4) Technicians
- CAT2 Shirt-ARC Flash/Fire Retardant QTY 6 each
- CAT2 Pant-ARC Flash/Fire Retardant QTY 6 each
- Weekly delivery service to Edwards AFB, building 1040
- Drop-off of clean uniforms
- Pick-up of soiled uniforms
- Repair/Replace damaged articles occurred during the normal course of duties
***PLEASE SEE ATTACHED STATEMENT OF WORK (SOW) for details***
3. Information requested.
The Government requests interested offerors that can fully support this requirement furnish the following information:
1. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.
2. Information should include a market research quote identifying all specifications for each line item. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.
3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at https://www.sba.gov/document/support-table-size-standards .The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 812320, “Drycleaning and Laundry Services (except Coin Operated)”. The Small Business Size Standards in dollars is $8,000,000.
4. Any other information deemed useful to the Air Force. Information packages should be limited to no more than 3 pages.
4. Inquiries.
Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.
The due date and time for responses to this synopsis is 10:00am Pacific Standard Time on 07 April 2026.
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.