Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2026 SAM #8836
SOURCES SOUGHT

99 -- JBA Laundry and Linen cleaning srevices

Notice Date
2/2/2026 9:42:49 AM
 
Notice Type
Sources Sought
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
FA2860 316 CONS PK JB ANDREWS MD 20762-7001 USA
 
ZIP Code
20762-7001
 
Solicitation Number
FA2860FY26FEB_JBALL
 
Response Due
2/16/2026 11:30:00 AM
 
Archive Date
03/03/2026
 
Point of Contact
CHARLES MADDOX, Phone: 240-612-3980
 
E-Mail Address
Charles.Maddox.8@us.af.mil
(Charles.Maddox.8@us.af.mil)
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION. THIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Joint Base Andrews (JBA) intends to pursue a Section 8(a) sole-source or competitive 8(a) set-aside for the anticipated contract renewal. If, after market research and outreach, no qualified active 8(a) participants are identified, JBA could potentially convert the requirement to a socio-economic (HUBZone, SDVOSB, or WOSB) set-aside or a total small business set-aside consistent with FAR and SBA guidance. The contracting officer will document market-research findings and determination procurement strategy. The North American Industry Classification Systems (NAICS) Code proposed is 812320 (Drycleaning and Laundry Services). The size standard is $8.0 million dollars. This requirement is to provide: Routine pick-up and delivery of laundry and linen articles located across multiple organizations at JBA. Items provided will be used for various functions and have different levels of protocols based on the individual PWS. Promptness and the flexible capability of delivery along with accuracy in count of article received/returned is critical components towards the adherence of each PWS description. (Please see attached the Performance Work Statement for more information.) We are interested in designated small-sized business capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business capability, NAICS code 812320 verification, specific SBA certification of socio-economic status, specific facility location on where work will be performed and a description of similar services offered to the Government and/or to commercial customers. Interested vendors should submit their response package that outlines the firm�s capabilities in providing the required services. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent/relevant experience in all areas should be provided. Teaming with other qualified socio-economic business partners is allowed as per FAR compliance. Include in your capabilities package your Unique Entity ID, Cage Code, System for Award Management expiration date, and any other related details. The response must not exceed 2 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. NOTE: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. All responses to this notice are to be submitted by 2:30 PM Eastern Standard Time, on 16 Feb 2026. Responses will be accepted via electronic means only to charles.maddox.8@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/e038f7061ee14c8e80e65e3338096569/view)
 
Place of Performance
Address: JB Andrews, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN07703390-F 20260204/260202230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.