388th MXG – Rag Cleaning Service BPA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, specifically the 388th MXG at Hill Air Force Base, UT, is soliciting proposals for a Rag Cleaning Service Blanket Purchase Agreement (BPA). This opportunity seeks to establish multiple awards for professional rag and linen services essential for maintenance operations. The government intends to award up to three BPAs to the lowest priced technically acceptable vendors. Proposals are due April 16, 2026, at 11:00 a.m. MST.
Scope of Work
This requirement is for a professional rag and linen service to support maintenance activities, ensuring safety, operational efficiency, and regulatory compliance. The service includes:
- Providing a constant supply of clean, appropriate rags.
- Laundering soiled rags, effectively removing contaminants such as oils, chemicals, and hazardous materials.
- Disposing of hazardous materials in accordance with EPA and OSHA standards.
- Rags are multi-purpose, used for wiping tools, machinery, aircraft components, cleaning spills, applying solvents, and surface preparation.
- The expected weight of towels/rags to be laundered is approximately 375-400 LBS.
- Delivery days and hours are Monday-Friday, 0800-1600, with 24 hours' notice required prior to delivery. Service personnel must be US Citizens with valid identification and will undergo a police check.
Contract & Timeline
- Contract Type: Multiple Award Blanket Purchase Agreement (BPA)
- Period of Performance: Base Year + 4 Option Years, with an additional 6-month extension (anticipated 1 June 2026 - 1 December 2031).
- Pricing: All Contract Line Item Numbers (CLINs) will be Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 812332, with a size standard of $47M.
- Competition: Other than full and open competition.
- Proposal Due Date: April 16, 2026, at 11:00 a.m. MST.
- Questions Due Date: April 14, 2026, at 11:00 a.m. MST.
- Published Date: April 9, 2026.
Evaluation & Submission
Award will be based on the Lowest Price Technically Acceptable (LPTA) criteria. The government will select the vendor(s) with the lowest price that meets all Statement of Work requirements. Quotes should be submitted via SAM. Questions and quotes must be emailed to both primary and secondary contacts.
Additional Notes
Applicable provisions and clauses include FAR 52.204-24 and FAR 52.204-25 concerning telecommunications and video surveillance equipment. Payment will be processed through the Wide Area Workflow (WAWF) system. FOB: Destination. Bidders must adhere to the U.S. Department of Labor Wage Determination, which outlines minimum wage rates and fringe benefits under the Service Contract Act.