Washer/Dryers Rental and Maintenance
ID: FA810125R0008Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8101 AFSC PZIOATINKER AFB, OK, 73145-9125, USA

NAICS

Consumer Electronics and Appliances Rental (532210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- HOUSEHOLD AND COMMERCIAL FURNISHINGS AND APPLIANCES (J072)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the rental and maintenance of washers and dryers at Tinker Air Force Base in Oklahoma. The procurement involves leasing 70 single washers and 80 single electric dryers for unaccompanied housing and temporary lodging facilities, with a total contract duration of 60 months, including options for extensions. This initiative is crucial for ensuring reliable laundry services for military personnel, emphasizing energy efficiency and operational effectiveness. Interested small businesses must submit their proposals by April 23, 2025, and can direct inquiries to Christopher Collins at christopher.collins.91@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for the lease and maintenance of washers and dryers at Tinker Air Force Base, Oklahoma. The contractor is responsible for providing new commercial-grade washers and dryers, adhering to energy efficiency standards, and ensuring their proper installation and functionality. A total of 70 top-load washers and 80 electric dryers are specified for use in unaccompanied housing and temporary lodging, with detailed performance objectives including maintaining at least 98% operational status and quick response times for repairs. The contractor must perform regular maintenance, including weekly preventive checks, and provide thorough documentation of service activities. Detailed safety measures, including adherence to OSHA regulations and strict maintenance of government property, are mandatory. The document emphasizes the importance of clear communication, timely repairs, and maintaining high operational standards throughout the contract period. This RFP reflects the government's commitment to ensuring reliable laundry services for military personnel while promoting energy-efficient practices and regulatory compliance.
    The government document outlines equipment requirements for laundry facilities across various military dormitories. It details the quantity and type of washers and dryers needed, differentiating between single and stackable models, and their locations within the buildings. The total requirements include 70 single washers and 80 single dryers, specified for various floors in multiple Air Force and Navy dorms. Each dorm listing includes the count of available machines, whether they require washer/dryer combinations, and the distribution across different floors. The information serves to assist in fulfilling federal requests for proposals (RFPs) by clarifying specific equipment needs as part of broader facility management and modernization efforts within military housing.
    The document serves as an amendment to a solicitation and modification of a contract related to the Tinker Air Force Base. Key changes include the extension of the offer submission deadline, modifications to contract line item numbers (CLINs), and updates to provisions regarding the North American Industry Classification System (NAICS) and contractual requirements. The amendment introduces a new six-month option for washer and dryer rentals for unaccompanied housing, specifying inspection and acceptance locations, period of performance, and necessary delivery instructions. Essential clauses regarding representations, certifications, and service of protest are outlined to ensure compliance and establish responsibilities. The document emphasizes the need for contractors to acknowledge received amendments and adhere to revised terms to avoid offer rejection. Overall, this solicitation amendment is critical for maintaining clarity in contract management and ensuring that all parties are informed of the latest modifications necessary for proceeding with the procurement process at the Air Force Base.
    This document serves as an amendment to a solicitation, officially extending the deadline for offers submission to 1200 PM on April 23, 2025. It specifies that contractors must acknowledge receipt of the amendment through various methods, as failure to do so may result in offer rejection. Additionally, it outlines the procedures for modifying existing contracts and provides space for the signatures of the contractor and the contracting officer. The primary purpose of this amendment is to ensure clarity regarding the changes to the original solicitation and to provide necessary updates to prospective vendors. It underlines the importance of communication, especially in regard to any questions posed by vendors during the extended period. The document encapsulates procedural elements relevant to government RFPs, emphasizing proper acknowledgment, communication of changes, and adherence to timelines.
    The document is an amendment to an existing solicitation, as indicated by the title and structure, specifically focusing on procedural changes regarding the submission of offers. Key points include the acknowledgment requirements for offers, emphasizing that receipt of the amendment must be confirmed by specific methods before the specified deadline to avoid rejection. Additionally, it details conditions for modifying existing contracts or orders, focusing on necessary changes and administrative adjustments that must be documented. The amendment includes updated information on projected washer/dryer counts and vendor questions, indicating an effort to solicit further clarity and engagement from vendors. Overall, the amendment ensures compliance with federal acquisition regulations while aiming to facilitate an effective bidding process for the involved government contract.
    The government solicitation FA810125R0008 requests quotes for leasing and maintenance of washers and dryers at Tinker Air Force Base, Oklahoma. Set aside for small businesses, this firm-fixed price contract involves providing 70 washers and 80 dryers for unaccompanied housing over a five-year span, with specific periods for performance and options for extensions. Interested vendors must submit their proposals by April 21, 2025, via email, including vital company information. The acquisition falls under NAICS Code 532210, with a revenue size standard of $47M. Contractors will manage all aspects of leasing, including maintenance and repairs, ensuring serviceability and longevity of the equipment. The announced service involves a detailed Performance Work Statement (PWS) and wage determination requirements. Throughout the proposal process, alignment with various federal regulations, payment instructions via the Wide Area Workflow (WAWF), and compliance with numerous clauses related to ethics, labor standards, and subcontracting obligations are emphasized. This solicitation presents an opportunity for small businesses to engage in a government procurement process focused on operational needs at military installations.
    The document revolves around a government Request for Proposal (RFP) related to the rental and maintenance of washers and dryers. It addresses vendor inquiries about specifications and requirements outlined in the Performance Work Statement (PWS). Key points include the confirmation that all dryers will be single electric units, and the necessity for commercial standard top-loading washers only. Vent cleaning is required bi-annually, with stipulated procedures to maintain airflow. Responsibilities regarding machine damage and insurance liabilities are clarified; contractors bear the cost for damages beyond normal wear and must have their own insurance. The units will be installed in shared laundry rooms within dorms rather than individual rooms. The current contract details are also provided, indicating an annual cost of $58,860 with a total potential value of $294,300 over five years. Lastly, the previous contract number is mentioned for reference. This RFP exemplifies the federal procurement process, highlighting specifics needed for proper service delivery in facility maintenance contexts.
    The document provides a comprehensive wage determination under the U.S. Department of Labor's Service Contract Act (SCA), specifically Wage Determination No. 2015-5317 for Oklahoma counties. It outlines minimum wage requirements for various occupations, linking compensation rates to Federal Executive Orders 14026 and 13658. For contracts awarded after January 30, 2022, the minimum wage is set at $17.75 per hour; for contracts between January 1, 2015, and January 29, 2022, the minimum is $13.30 per hour, unless a higher rate applies. The document details required fringe benefits, including health and welfare rates, paid vacation, paid holidays, and provisions for uniform allowances. It emphasizes compliance with regulations, including the Paid Sick Leave requirements under Executive Order 13706. The notice also discusses the conformance process for unlisted occupations and highlights the importance of proper classification and compensation. This wage determination serves as a critical guide for federal contractors in ensuring compliance with minimum wage and benefit requirements while performing services covered under SCA in designated areas. It is essential for RFP submissions, federal grants, and state/local RFPs to adhere to these regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Base and Medical Laundry Services -Qatar and Saudi Arabia
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is conducting a Sources Sought Announcement to identify potential sources for Laundry and Dry-Cleaning services in Qatar and Saudi Arabia. The procurement aims to secure comprehensive laundry services, including the handling of contaminated medical linen, with a focus on quality control, transportation methods, and compliance with health and safety standards. This opportunity is critical for maintaining hygiene and operational readiness in military settings, with an estimated monthly workload of approximately 50,776 units, peaking at 58,562 units. Interested parties must submit their capability statements and responses to specific questions by 12:00 PM Arabian Standard Time on November 14, 2025, to SrA Dominique Henry at dominique.henry.1@us.af.mil.
    Laundry Cleaning and Coverall Rental Service
    Dept Of Defense
    The Department of Defense, specifically the Oregon Army National Guard (ORARNG), is seeking qualified contractors to provide laundry cleaning and coverall rental services across various locations in Oregon. The primary objective is to support maintenance activities by delivering clean coveralls, jackets, and shop rags to approximately 250 employees in heavy equipment and aviation maintenance environments, with a focus on safety and compliance with relevant standards. This competitive firm-fixed price contract will span a base year with up to four option years, and interested parties must submit their responses by 2:00 PM Pacific Standard Time on April 8, 2024, to Robert Bates at robert.c.bates26.civ@army.mil for consideration. The government encourages participation from all industry members, including small and disadvantaged businesses, to assess capabilities and inform future acquisition strategies.
    NAF Laundry Service JBSA Lackland and Randolph
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is seeking a contractor to provide laundry and dry-cleaning services for Joint Base San Antonio (JBSA), specifically at JBSA-Lackland and JBSA-Randolph. The contractor will be responsible for furnishing all necessary personnel, equipment, transportation, tools, materials, and supervision to perform these services in accordance with commercial industry practices, as outlined in the Performance Work Statement (PWS). This non-personal service contract is vital for maintaining the operational readiness and hygiene standards of the facilities at JBSA. Interested parties can contact Daniel Schmitt at daniel.schmitt.5@us.af.mil or 210-671-1748, or Joseph Gyakari at joseph.gyakari@us.af.mil or 210-671-1705 for further details.
    Troop Appliance Maintenance and Repair (TAMR)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the Troop Appliance Maintenance and Repair (TAMR) contract at Joint Base Lewis-McChord (JBLM), Washington. This procurement involves providing non-personal services for the maintenance, repair, installation, and disconnection of appliances, as well as dryer duct and vent system cleaning for Unaccompanied Housing facilities. The contract, valued at approximately $19 million, will span from November 1, 2025, to March 31, 2030, and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Scott Byrd or Jason McCormick via the provided contact information.
    Snap-On Autocrib E-Tool FX Lockers (Brand Name)
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of Snap-On Autocrib E-Tool FX Lockers to support operations at Tinker Air Force Base in Oklahoma. The requirement includes the acquisition of six 34-drawer lockers and nine 22-drawer lockers, specifically designed for logistical and maintenance operations. This procurement is set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), with a delivery schedule of 30 calendar days from the award date. Interested vendors must submit their proposals by December 29, 2025, and can direct inquiries to Chelsie Hannah at chelsie.hannah@us.af.mil or Tran Tran at Tran.Tran.1@us.af.mil.
    35--DRYING TUMBLER,LAUN
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of two drying tumblers (NSN 3510015471894) for the USS Alaska SSBN 732. The requirement specifies that the tumblers must be delivered within 20 days after order, with the approved source being 01551 M16SUB. These drying tumblers are critical for laundry operations aboard naval vessels, ensuring the efficient processing of crew uniforms and other textiles. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    USCG AIR STATION TRAVERSE CITY CY26 LAUNDERING SERVICES
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide laundering services for the Air Station Traverse City for the calendar year 2026. The procurement involves the provision of all labor, materials, equipment, and supervision necessary for the weekly pick-up, cleaning, and delivery of approximately 220 items, including sheets, blankets, and lab coats, with strict adherence to specified laundry requirements. This firm-fixed-price contract, estimated to be between $25,000 and $100,000, is set aside for small businesses and requires contractors to be registered in the System for Award Management (SAM) and to submit a complete solicitation package. Interested parties should contact Jonathan Barrett for further details and are encouraged to schedule site visits to develop accurate quotes, with the due date for offers to be established upon issuance of the Request for Quote.
    WCF Towels/Wipes Rental & Laundering
    Treasury, Department Of The
    The Department of the Treasury, specifically the Bureau of Engraving and Printing (BEP), is seeking proposals for a Firm-Fixed Price contract for the weekly rental and laundering of cloth towels and wipes at its Western Currency Facility (WCF) in Fort Worth, Texas. The procurement includes a Base Year and two Option Years, with services critical for maintaining cleanliness in production operations, as the towels and wipes will be contaminated with solvents, inks, oils, and greases, necessitating adherence to strict environmental and safety regulations. Interested small businesses must submit their offers by December 15, 2025, and are encouraged to attend a pre-proposal site visit on January 12, 2026, to better understand the requirements and conditions of the contract. For further inquiries, contact Terry Lawrence at Terry.Lawrence@bep.gov.
    3695--ALBUQUERQUE, NM COMMERCIAL LAUNDRY EQUIPMENT
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the procurement and installation of commercial laundry equipment at the New Mexico VA Health Care System in Albuquerque, NM. The project includes the acquisition of two Small Piece Folding Machines and a Blanket Folder System, with options for trade-in of existing equipment, and requires adherence to strict technical specifications and safety protocols. This procurement is critical for enhancing laundry operations within the facility, ensuring efficient service delivery to veterans. Interested parties must submit their technical and price quotes by December 22, 2025, and can contact Contract Specialist Maria Alba at Maria.Alba@va.gov or (708) 786-4989 for further information.
    Fleet Janitorial Services Maintenance
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center, is seeking proposals for Fleet Janitorial Services Maintenance at Edwards Air Force Base in California. The contract requires the provision of comprehensive janitorial services for aircraft, including cleaning galley areas, managing waste, replenishing supplies, and servicing potable water systems, with a performance period extending from March 16, 2026, to March 31, 2031. This opportunity is critical for maintaining operational readiness and hygiene standards for aircraft assigned to the base. Interested small businesses must submit their proposals by January 26, 2026, and can direct inquiries to Richard Godoy at richard.godoy@us.af.mil or Cinthia Arias at cinthia.arias@us.af.mil, with an estimated total contract value of $22 million.