Closed Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is soliciting quotes for laundry and linen services at Camp Shelby Joint Forces Training Center. This opportunity is set aside for small businesses and includes a base year plus four option years. Quotes are due by 1:00 p.m. CST on April 7, 2026, and must comply with the requirements outlined in the Performance Work Statement.
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:
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.
CAMP SHELBY JOINT FORCES TRAINING CENTER LINEN SERVICES RE-SOLICITATION OF NOTICE ID W9127Q26QA001 is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.