The 1st Special Operations Contracting Squadron is seeking Blanket Purchase Agreements (BPAs) for Linen Cleaning Services at Hurlburt Field, FL. This Request for Quotation (RFQ) is a combined synopsis/solicitation under solicitation number FA441726Q0015. The maximum BPA value is $320,000, with a limit of $25,000 per individual order. This is a Total Small Business Solicitation with NAICS code 812320 and a size standard of $8M. Contractors must provide all management, tools, equipment, labor, and transportation for laundry and dry-cleaning services for Commando Inn from approximately January 30, 2026, to February 1, 2031. Offerors must submit a price list and other information as specified in Attachment 3 (Performance Work Statement). The Government may award multiple BPAs based on price and proximity to Hurlburt Field. Offerors must be actively registered in SAM and include a completed FAR 52.212-3. Questions are due by January 2026, 2:00 PM CST, and quotes by January 23, 2026, 2:00 PM CST, via email to douglas.mcgee.1@us.af.mil.
This document outlines standard clauses for Nonappropriated Fund Instrumentality (NAFI) contracts, covering definitions, legal status, claims, protests, appeals, and various operational requirements. It clarifies that NAFI contracts are not subject to the Contract Disputes Act of 1978 but follow specific DoD instructions for dispute resolution. Key provisions include rules for contract modifications, contractor representations, advertising restrictions, and the NAFI's right to examine contractor records. The document mandates specific insurance coverages, details procurement integrity standards, and outlines conditions for termination for convenience or cause. It also addresses social responsibility, labor standards (including combating human trafficking and minimum wage requirements), inspection, acceptance, commercial terms, taxes, invoicing, and governing law. Sustainability initiatives, proof of shipment, quantity variations, partial deliveries, payment terms, and notification of debarment/suspension status are also covered. Finally, it includes clauses regarding telecommunications equipment restrictions and child labor certifications.
This Performance Work Statement outlines the requirements for laundry and dry-cleaning services for Commando Inn, Hurlburt Field Air Force Base. The contractor must provide all necessary management, tools, equipment, labor, and transportation. Services include picking up soiled items, laundering or dry-cleaning according to specified methods, and returning clean items within a two-day turnaround time. The contractor is responsible for obtaining all certifications and adhering to sanitation standards. Items must be cleaned to commercial industry standards, be wrinkle-free, and appropriately packaged. The document details procedures for documentation, handling, and performance requirements, including non-reimbursable repairs for contractor-caused damages. A Quality Control Plan (QCP) is required, including a backup plan for vehicle and equipment failure. The government will evaluate performance through random sampling and customer complaints. The document also specifies furnished items (government provides items to be laundered, contractor provides carts), general information, security requirements, and a list of holidays when services are not required. Appendices provide details on pick-up/delivery schedules and estimated workload data for various linen items.
This Blanket Purchase Agreement (BPA) outlines the terms and conditions for linen cleaning services at Hurlburt Field AFB, FL. The decentralized BPA has a master dollar limit of $320,000.00 and a call limit of $25,000.00. The agreement is effective for five years from the award date. Pricing must be equal to or lower than the contractor's most favored customer, with annual price lists required 30 days prior to expiration for Contracting Officer (CO) approval. Purchases made with a Government Purchase Card (GPC) cannot exceed $25,000.00 per single payment, with any exceeding amount requiring a separate contract and payment via Wide Area Workflow (WAWF). Only warranted Contracting Officers and Authorized Callers are permitted to place calls against the BPA. Payment will primarily be made via GPC, not exceeding $25,000.00 per individual purchase. Itemized invoices are required monthly or upon BPA expiration, accompanied by delivery tickets detailing contractor information, BPA and call numbers, invoice details, delivery date, and an itemized list of services with prices. The agreement will be reviewed and revised annually to comply with all relevant statutes and executive orders.