Opportunity
SAM #FA461326Q1030
Vehicle Maintenance Uniform Lease and Laundering Services for F.E. Warren AFB
Buyer
No official U.S. federal government entity found
Posted
April 10, 2026
Respond By
April 17, 2026
Identifier
FA461326Q1030
NAICS
812332
This opportunity seeks uniform lease and laundering services for vehicle maintenance personnel at F.E. Warren Air Force Base, Wyoming. - Government Buyer: - U.S. Department of Defense, Department of the Air Force, Air Force Global Strike Command, 90th Logistics Readiness Squadron, 90 CONS PK - Products/Services Requested: - Lease and laundering of blue work shirts (77 annually), blue work pants (77 annually), and blue coveralls (160 annually) - All garments must feature embroidered names or patches on the right breast and a squadron mechanic logo - Coveralls include up to four per military member - Services include weekly (or as coordinated) issue, cleaning, repair of small tears, replacement for major tears, inventory accountability, garment sizing and delivery, and provision of laundry carts - Re-laundering of unsatisfactory items at no cost - Compliance with security, environmental, and safety standards - Unique/Notable Requirements: - Garments must be free of grease, debris, and foreign material after cleaning - Small tears are to be repaired; major tears not on a seam require garment replacement - Contractor must provide timely delivery and maintain quality standards - Annual maximum quantities specified for each garment type - No specific OEMs or vendors are named in the solicitation - NAICS code: 812332 (Industrial Launderers) - The government is seeking industry input on standard CLIN structures and small business participation
Description
1.0. SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI)
This is a Sources Sought Notice ONLY.
The U.S. Government desires to procure a Firm-Fixed-Price (FFP) Contract at F.E. Warren AFB, Wyoming, on a total small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry (GPE). It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 812332 - Industrial Launders with a size standard of $47.0M. If a different NAICS code would be better suited for this requirement, please state in your response what NAICS is better suited for this requirement and why.
2.0 DESCRIPTION OF ANTICIPATED NEED:
A need is anticipated for the leasing and laundering services of coveralls, work shirts, and work pants among a vehicle maintenance shop. All items, to include the workshirts, cotton shirts, work pants, and coveralls, shall be blue. Each shirt and coverall shall have an embroidered name or embroidered patch on the right breast and the squadron mechanic logo either embroidered or on an embroidered patch. Each item shall be free of all grease, debris, cleaning residue, mud, and other foreign material after cleaning. Small tears shall be repaired; major tears not on a seam shall require replacement of the garment.
This contract is anticipated to be a Firm-Fixed-Price contract.
3.0 RESPONSE SUBMISSION:
Responses: All responses regarding this sources sought/RFI must be submitted by email to the points of contact below no later than 10:00 AM MST on Friday, April 17, 2026.
Contract Specialist, Sara Cook (sara.cook.7@us.af.mil) Contracting Officer, Donna Doss (donna.doss.1@us.af.mil)
In response to this sources sought, please identify what the industry standard CLIN structure is for leasing and laundering of uniform items. Also provide the following items:
Completed Attachment 1-Contractor Response Form Name of the firm, point of contact, phone number, email address, Unique Entity ID (UEI), CAGE code, a statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) Whether your firm is interested in competing for this requirement as a prime contractor or subcontractor. If you are subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work they will be performing, if available. Please provide your company’s specific experience in construction and providing comparable services. Ensure the information is in sufficiently detailed regarding previous experience in managing construction (indicate whether the experience has been as a prime contractor or subcontractor) on similar requirements (include the services provided, the number of facilities involved, and any other relevant information you deem applicable). If applicable, please provide the same experience information from any subcontracts, Joint Venture, and/or teaming partners you may propose with. What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors? Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (Deviation 2021-O0008). Type(s)/certifications(s) of proposed subcontractors (for example, SDB, 8(a), HUBZone, SDVOSB, or WOSB). Information on the financial capacity of your business to meet financial obligations (i.e. payroll, payment of subcontractors, etc.). Please include your bonding capacity/capability, to include the single project and aggregate limits. Identify how the Air Force can best structure these contract requirements to facilitate competition by and among small business concern.