Opportunity

SAM #F1S0AX6089A001

Weekly Fire Retardant Uniform Rental and Linen Services for Edwards AFB

Buyer

Air Force Test Center

Posted

March 31, 2026

Respond By

April 07, 2026

Identifier

F1S0AX6089A001

NAICS

812332, 812331, 812320

The U.S. Air Force 445th Test Squadron at Edwards Air Force Base, California, is seeking sources for weekly uniform linen and rental services for fire retardant clothing. - Government Buyer: - U.S. Air Force, Air Force Test Center (AFTC), 445th Test Squadron, Electronic Warfare Joint Logistics (EWJX), Maintenance and Logistics Operations Division, AFMC - Products Requested: - Fire retardant CAT2 ARC Flash shirts (24 units total; 6 per technician for 4 technicians) - Fire retardant CAT2 ARC Flash pants (24 units total; 6 per technician for 4 technicians) - Services Requested: - Initial on-site consultation and demonstration of clothing options - Individual sizing for four technicians - Weekly delivery and pickup of clean and soiled uniforms - Repair and replacement of damaged uniform articles - Unique Requirements: - Service must begin within 14 days of contract award - All services performed at Edwards AFB, Building 1040 - No specific OEMs or vendors are named in the solicitation - NAICS code: 812320 (Drycleaning and Laundry Services, except Coin Operated)

Description

Description(s):  REQUEST FOR INFORMATION FOR WEEKLY UNIFORM LINEN SERVICES

THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST.   

1.  Purpose. This is a Request for Information in support of Market Research being conducted by the United States Air Force to identify potential sources for Weekly Uniform Linen Services.

2.  Requirement.  This acquisition anticipates seeking a contractor who can provide Weekly Uniform Linen Services at Edwards AFB, CA. The requirement consists of the following services:

Initial consultation/demonstration on-site providing clothing options Individual sizing four (4) Technicians CAT2 Shirt-ARC Flash/Fire Retardant QTY 6 each CAT2 Pant-ARC Flash/Fire Retardant QTY 6 each Weekly delivery service to Edwards AFB, building 1040 Drop-off of clean uniforms Pick-up of soiled uniforms Repair/Replace damaged articles occurred during the normal course of duties

PLEASE SEE ATTACHED STATEMENT OF WORK (SOW) for details

3.  Information requested.  The Government requests interested offerors that can fully support this requirement furnish the following information:

1. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses.

2. Information should include a market research quote identifying all specifications for each line item. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request.

3. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined the Federal Acquisition Regulation FAR Part 19 and currently listed in the System for Award Management (SAM). Small business size standards are published by the U.S. Small Business Administration (SBA) and may be found at https://www.sba.gov/document/support-table-size-standards .The potential North American Industry Classification System (NAICS) codes assigned to this procurement is 812320, “Drycleaning and Laundry Services (except Coin Operated)”. The Small Business Size Standards in dollars is $8,000,000.

4. Any other information deemed useful to the Air Force.  Information packages should be limited to no more than 3 pages.

4.  Inquiries.  Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted.

The due date and time for responses to this synopsis is 10:00am Pacific Standard Time on 07 April 2026.

View original listing