FA448426R0009 - Washer and Dryer Services
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 is soliciting proposals for Washer and Dryer Lease Services (FA448426R0009) at Joint Base McGuire-Dix-Lakehurst (JB MDL), New Jersey. This opportunity is a 100% Small Business Set-Aside for a Firm Fixed Price (FFP) Requirements IDIQ contract. The services include the provision, installation, maintenance, relocation, and removal of commercial washers and dryers. Proposals are due by March 27, 2026, at 10:00 AM local time.
Scope of Work
The requirement is for 562 standard washers, 130 standard dryers, and 252 stackable units. The contractor will furnish new ENERGY STAR rated, heavy-duty commercial units, maintain them in working condition, and perform repairs or replacements within two business days of notification. The scope also covers installation, transition, and removal, with detailed reporting requirements. These services are designated as mission-essential functions, requiring continuous performance.
Contract Details
- Contract Type: Firm Fixed Price (FFP) Requirements Indefinite Delivery Indefinite Quantity (IDIQ), single award.
- Period of Performance: A one-year base period (June 1, 2026 - May 31, 2027), four one-year option periods, and an optional six-month extension, not exceeding five years total.
- Set-Aside: 100% Small Business Set-Aside.
- NAICS Code: 532210 (Consumer Goods Rental), with a size standard of $47,000,000.00.
- Product Service Code: W072.
Submission & Evaluation
Proposals must be submitted electronically in two parts: Price Proposal and Past Performance Information. Offerors must complete SF1449, FAR 52.212-3, and the J-10 Bid Schedule. Past Performance Questionnaires (J-8) should be completed by past clients and sent directly to the government contacts. The acquisition will be based on a "Best Value" determination, where evaluation factors other than price are approximately equal to or significantly less important than price.
Key Requirements & Attachments
Offerors must comply with various base regulations, including Antiterrorism (AT) awareness (J-1, J-4, J-5), installation access procedures (J-3), and safety protocols. The Performance Work Statement (J-9) details technical specifications for washers and dryers, performance standards, and operational security. A Quality Assurance Surveillance Plan (J-6) outlines how performance will be monitored. The Service Contract Act Wage Determination (J-11) for New Jersey counties applies. Amendment 0001 updated CLINs, the PPQ, and added a Q&A document (J-15). Contractor employees' medical costs for urgent care on base are the contractor's responsibility (J-2).
Contact Information
For inquiries, contact Mary E. Saunders (mary.saunders.3@us.af.mil) or Wanda L. Wilson (wanda.wilson.1@us.af.mil, 609-754-4950).