Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2026 SAM #8860
SOLICITATION NOTICE

S -- Camp Shelby Laundry and Linen Services

Notice Date
2/26/2026 1:42:41 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
W7NH USPFO ACTIVITY MS ARNG FLOWOOD MS 39232-8861 USA
 
ZIP Code
39232-8861
 
Solicitation Number
W9127Q26QA001
 
Response Due
3/13/2026 1:00:00 PM
 
Archive Date
03/28/2026
 
Point of Contact
ARIYEL C. BRYANT, Laurie C. Morris
 
E-Mail Address
ariyel.c.bryant.mil@army.mil, laurie.c.morris3.civ@army.mil
(ariyel.c.bryant.mil@army.mil, laurie.c.morris3.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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: 1 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: 1 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: 1 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: 1 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: 1 April 2030- 31 March 2031 The Performance Work Statement is attached below. 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 IAW FAR 12.602 & 13.106-2, 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://www.acquisition.gov/browse/index/far. Place of Performance: PCS WAREHOUSE BLDG 201 2ND STREET MSARNG TRAINING CENTER CAMP SHELBY, MS 39407 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 Friday, 6 March 2026 at 1:00pm CST. Quotes are due no later than 3:00 p.m. CST, Tuesday, 17 March 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0bdef21d24f9473dbf5436b77733a9ea/view)
 
Place of Performance
Address: Hattiesburg, MS 39407, USA
Zip Code: 39407
Country: USA
 
Record
SN07728086-F 20260228/260226230036 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.