Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2026 SAM #8866
SOLICITATION NOTICE

S -- Laundry Services for Moron Air Base

Notice Date
3/4/2026 2:59:15 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
FA5575 496 ABS PK APO AE 09643-6585 USA
 
ZIP Code
09643-6585
 
Solicitation Number
FA557526Q002
 
Response Due
3/23/2026 6:00:00 AM
 
Archive Date
04/07/2026
 
Point of Contact
Ryan Hopkin, Phone: 343147228591, Borja Barbacid, Phone: 34955848313
 
E-Mail Address
ryan.hopkin@us.af.mil, borja.barbacid.1.es@us.af.mil
(ryan.hopkin@us.af.mil, borja.barbacid.1.es@us.af.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
COMBINED SYNOPSIS/SOLICITATION (COMBO) FA5575-26-Q-0002 - Contingency Dorm Linen Services This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-06. Competition Information Competition Type: Full and Open Competition NAICS Code: 812320 � Drycleaning and Laundry Services (except Coin-Operated) PSC: S209 � Housekeeping/Laundry/Dry Cleaning Contract Information Contract Type: Firm Fixed Price The Government intends to award a contract for Contingency Dorm Linen Services. Place of Performance: Mor�n Air Base, Spain Delivery Terms: FOB Destination Attachments Attachment 1 � Contingency Dorm Linen Service Price Schedule Attachment 2 � Performance Work Statement (PWS) Offerors shall complete the pricing schedule in its entirety and submit it with their quotation. FAR 52.212-1 Instructions to Offerors � Commercial Products and Commercial Services This provision is incorporated by reference. Addendum to FAR 52.212-1 Offerors shall submit the following with their quotation: Completed Price Schedule (Attachment 1) Technical Capability Narrative Past Performance Information (if any) System for Award Management (SAM) Registration: In accordance with FAR 4.1102, offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov prior to award. Technical Capability Narrative Offerors shall submit a narrative describing their technical approach to performing the services required in the Performance Work Statement (PWS). The narrative should demonstrate the offeror�s understanding of the requirement and ability to successfully perform the services. Page Limits: � Technical narrative: 10 pages maximum � Total technical submission (including visuals): 20 pages maximum Past Performance Offerors shall provide references for recent and relevant contracts for similar services. Past performance information may be obtained from: � Offeror-provided references � Customer surveys � Government knowledge of prior performance � Contractor Performance Assessment Reporting System (CPARS) � Other reasonable sources Past performance examples shall demonstrate performance of similar services within the last three years from the date of solicitation issuance. Offerors without relevant past performance will receive a Neutral rating and will not be evaluated favorably or unfavorably. FAR 52.212-2 Evaluation � Commercial Products and Commercial Services The Government will award a contract to the responsible offeror whose quotation represents the best value to the Government, price and other factors considered. Evaluation factors are listed in descending order of importance: Technical Capability Past Performance Price Technical Capability and Past Performance, when combined, are significantly more important than price. The Government may determine that a quotation offering superior technical capability or past performance represents the best value even if its price is higher than other quotations. Evaluation Process The Government will evaluate quotations using the evaluation factors identified above. The Government may evaluate quotations in any order and may evaluate only those quotations determined to be most advantageous to the Government. The Government reserves the right to make award without exchanges, but may request clarifications if determined necessary. Technical Capability Evaluation Technical capability will be evaluated to determine the extent to which the quotation demonstrates the offeror�s ability to successfully perform the requirements of the Performance Work Statement (PWS). The evaluation will consider the offeror�s: � Understanding of the requirement � Technical approach to performing the services � Ability to meet performance requirements Technical capability ratings: Outstanding Acceptable Unacceptable Quotations rated Unacceptable will not be considered for award. Past Performance Evaluation Past performance will be evaluated based on the offeror�s recent and relevant performance on similar requirements. Recency: Contracts performed within the last three years. Relevancy: Similarity in scope, magnitude, and complexity to the services required in this solicitation. Past performance ratings: Substantial Confidence Satisfactory Confidence Neutral Confidence Limited Confidence Offerors without relevant past performance will receive a Neutral Confidence rating. Price Evaluation Price will be evaluated based on the Total Evaluated Price, calculated as: Base Period + All Option Periods. The Government will evaluate price for: � Mathematical accuracy � Completeness � Price reasonableness FAR Provisions & Clauses The following provisions and clauses apply to this solicitation. 52.212-3 Offeror Representations and Certifications � Commercial Products and Commercial Services Offerors must complete representations and certifications in SAM.gov. 52.212-4 Contract Terms and Conditions � Commercial Products and Commercial Services 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services The following clauses are applicable: � 52.222-21 Prohibition of Segregated Facilities � 52.222-26 Equal Opportunity � 52.222-50 Combating Trafficking in Persons � 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving � 52.225-13 Restrictions on Certain Foreign Purchases � 52.232-33 Payment by Electronic Funds Transfer � System for Award Management Submission Information Questions are due: 18 March 2026 � 2:00 PM Local Time Quotes are due: 23 March 2026 � 2:00 PM Local Time Submit quotations electronically to: TSgt Ryan Hopkin ryan.hopkin@us.af.mil Mr. Borja Barbacid borja.barbacid.1.es@us.af.mil Email size limit: 10MB If submitting multiple emails, label subject lines: �FA5575-26-Q-0002 Quote � Email X of Y� The Government is not responsible for late submissions due to transmission issues. FAR 52.232-18 Availability of Funds Funds are not presently available for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer and written notice of such availability is provided to the Contractor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/935a1dac10cd444680691df2bf93c15a/view)
 
Place of Performance
Address: Moron de la Frontera, ES-AN 41530, ESP
Zip Code: 41530
Country: ESP
 
Record
SN07733878-F 20260306/260304230042 (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.