Loading...
FA461326Q1030
Response Deadline
May 11, 2026, 8:00 PM(MDT)12 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
Combined Synopsis/Solicitation Number: FA461326Q1030
1.0. Purchase Description: PKB 90 LRS Vehicle Maintenance Uniform Lease and Laundering (Service)
This announcement constitutes the only solicitation/notice; response/quotes are being requested, further written or oral solicitation will not be issued. This solicitation will be a competitive Total Small Business Set Aside. The 90th Contracting Squadron is issuing this combined synopsis/solicitation, FA461326Q1030, as a Request for Quotation using RFO Part 12, Acquisition of Commercial Products and Commercial Services and RFO Part 37, Service Contracting. The North American Industrial Classification System (NAICS) code for this procurement is 812332 Industrial Laundering with a small business standard of $47.0M.
The Government intends to award a Firm Fixed-Price contract. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulations FAC Number 2026-01 effective 13 March 2026, Defense Federal Acquisition Regulation Supplement Change Number DFARS Change 11/10/2025 effective 11/10/2025.
2.0. DESCRIPTION OF ITEMS/SERVICE: All CLIN's F.O.B. Destination.
The 90th Logistics Readiness Squadron (90 LRS) requires all management, tools, supplies, equipment, and labor necessary to perform Issuance and Laundering services for Vehicle Maintenance (VM), 90th Logistics Readiness Squadron (90 LRS), F. E. Warren Air Force Base, Wyoming in accordance with Attachment 1 – Performance Work Statement (PWS). All items, to include the workshirts, cotton shirts, work pants, and coveralls, shall be blue. Each shirt and coverall shall have an embroidered name or embroidered patch on the right breast and the squadron mechanic logo either embroidered or on an embroidered patch. Each item shall be free of all grease, debris, cleaning residue, mud, and other foreign material after cleaning. Small tears shall be repaired; major tears not on a seam shall require replacement of the garment.
LIST OF ATTACHMENTS:
Attachment 1 - Performance Work Statement
Attachment 2 - Patch Standards
Attachment 3 - Clauses and Provisions
Attachment 4 - Wage Determination Rev 27 (3 Dec 25)
Attachment 5 - Supplemental Clauses
Attachment 6 - Offeror CLIN Form
Attachment 7 - Techical Approach
PERIOD OF PERFORMANCE: Immediately among contract award as a Base+4, for a total of 5 years.
PLACE OF DELIVERY: Francis E. Warren AFB, WY 82005
OTHER INFORMATION:
Per RFO Subpart 4.304, offerors are required to be registered in System for Award Management (SAM) at time of submission of quote. Failure to do so will result in the offer being deemed ineligible for award. This acquisition is a Total Small Business Set-Aside.
Interchanges. The Government intends to award without interchanges with respective vendors/quoters. The Government, however, reserves the right to conduct interchanges if deemed in its best interest. Under appropriate curcumstances, interchanges can be an effective method to improve the Government's evaluation of Offerors' quoted approaches and may reduce acquisition cycle time. Interchanges may be written, email, phone call, etc., or any method which would accurately capture the contemporaneous sharing of information between the Government and the Offerors. Interchanges may also be oral conversations between the Government and the Offerors.
INSTRUCTION TO OFFERORS:
Offerors shall comply with RFO 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services (Deviation Date)
RFO 52.212-1 is hereby tailored as follows:
1. Any inconsistency between RFO Provision 52.212-1 and the Addendum to RFO 52.212-1 shall be resolved by giving precedence to the Addendum to RFO 52.212-1.
2. After receipt of quotes the Government may, with or without notice, negotiate with and, if desired, seek quote revisions from as many or as few quoters as it, in its discretion, deems appropriate.
3. The term "offeror" or "offer" as used in RFO 52.212-1 shall be understood to mean "quoter" and "quote," respectively. Further, the term "award" shall be understood to describe the Government's issuance of an order.
4. The Government will consider all quotes that are timely received and may consider late quotes. Failure of a quote to address any items required in the submission package may make a quote unacceptable, therefore, unawardable.
5. Paragraph (a) of RFO Provision 52.212-1, Submission of Offers, is amended as follows:
In addition to the quote submission requirements stated in RFO Provision 52.212-1, quoters shall provide the following, as part of the quote submission package, no later than the required time and date for quote submission:
1. Statement of Understanding Attachment 1- Performance Work Statement
2. Complete Copy of Attachment 6 - Offerors CLIN Form
3. Complete Copy of Attachment 7 - Technical Approach
(Price must include ALL work outlined within the PWS)
This contract is anticipated to be a Firm-Fixed-Price contract.
3.0. RESPONSE SUBMISSION:
Questions:
All questions shall be submitted by email to the points of contact below no later than 04 May 2026, 2:00 PM MST.
Responses/Quotes:
Responses/Quotes: All answers to questions provided by 04 May 2026 at 2:00PM will be posted by 06 May 2026 at 4:00 PM MST. Responses to this solicitation must be submitted by email to the points of contact below no later than 11 May 2026, at 2:00 PM MST.
EVALUATION:
ADDENDUM TO RFO 52.212-2 EVALUATION-COMMERCIAL ITEM (DEVIATION DATE)
Paragraph (a) is hereby replaced with the following:
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. Quotes that do not include all requested information in RFO 52.212-1 will be considered nonresponsive. Award will be made to the offeror with the lowest priced technically acceptable (LPTA) quote. The following factor(s) shall be used to evaluate offers:
1. Technical Capability: items meet the Government requirement/specifications IAW Attachment 1 - Performance Work Statement showcasing the ability to lease and launder for 90 LRS Vehicle Maintenance Uniforms.
2. Price:
1. The lowest priced quote will be evaluated for technical acceptability first. The Government will evaluate quotes for acceptability but will not rank the quotes by non-price factors.If the Government receives fewer than three (3) quotes, all quotes will be evaluated for Technical Acceptability. If the Government receives three (3) or more quotes, the Government will only select the three (3) lowest priced quotes to evaluate for Technical Acceptability. The Government reserves the right to evaluate additional quotes for technical acceptability if it is in the Government’s best interest to do so
2. Price will be evaluated to ensure fair and reasonable pricing. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. The Government may use various price analysis techniques and procedures to ensure a fair and reasonable price. Some of those techniques are, but not limited to, comparison of quoted prices received in response to the solicitation and/or comparison of quoted prices with the Independent Government Estimate. Prices must be determined fair and reasonable.
3. No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(End of Provision)
DEPT OF DEFENSE
DEPT OF THE AIR FORCE
AIR FORCE GLOBAL STRIKE COMMAND
FA4613 90 CONS PK
FA4613 90 CONS PK
ADMIN ONLY NO REQTN CP 307 773 3888
7505 BARNES LOOP BLDG 208
FE WARREN AFB, WY, 82005-2860
NAICS
Industrial Launderers
PSC
HOUSEKEEPING- LAUNDRY/DRYCLEANING
Set-Aside
Total Small Business Set-Aside (FAR 19.5)