SECURE ON-SITE DOCUMENT SHREDDING SERVICES, RECEPTACLES, AND RECYCLING
ID: SP4701-25-Q-0204Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE LOGISTICS AGENCYDCSO PHILADELPHIAPHILADELPHIA, PA, 19111, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- ADMINISTRATIVE: PAPER SHREDDING (R614)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for secure on-site document shredding services, including receptacles and recycling, at its Philadelphia facility. The procurement aims to ensure the secure destruction of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII) over a contract period from May 2025 to May 2030, requiring the provision of 178 lockable receptacles and monthly shredding services. This initiative is critical for maintaining confidentiality and compliance with federal security regulations, emphasizing eco-friendly recycling processes and adherence to NIST standards. Interested small businesses must submit their proposals by April 8, 2025, and can direct inquiries to Jonathan Gallagher at jonathan.gallagher@dla.mil or 215-737-7120.

    Point(s) of Contact
    Files
    Title
    Posted
    The provided government file outlines a request for proposals (RFP) for shredding services under a Firm Fixed Price contract, divided into a Base Period and multiple Option Periods, extending from May 24, 2025, through May 23, 2030. The RFP specifies monthly shredding services that cover all buildings and receptacles, along with bulk shredding events conducted at two buildings over four-hour sessions. The Base Period encompasses 12 monthly shredding services, and each subsequent Option Period allows for additional single-event bulk shredding services, which could be exercised based on the agency's need. Each period has a designated line item structure (CLIN) for pricing, although total prices for the Option Periods are not specified within the document. The RFP reflects the government's initiative to manage document security and waste responsibly while presenting opportunities for vendors to provide these essential services over an extended timeline. Compliance with federal procurement guidelines is implied, emphasizing the orderly acquisition of services crucial for maintaining confidentiality and data protection in governmental operations.
    The document consists of a series of inquiries related to Request for Quotation (RFQ) SP4701-25-Q-0204, highlighting specific questions that stakeholders may have regarding the procurement process. The questions appear to be focused on clarifying the requirements and expectations outlined in the RFQ, which is a standard procedure in government solicitations to ensure potential bidders fully understand the scope and objectives of the project. Each entry is designated by a number and includes a corresponding page number along with the relevant section of the RFQ. The inquiry format suggests that the document is designed to facilitate clear communication between the government and potential contractors by collecting essential queries that may affect the bidding process. Overall, the file indicates an organized approach to addressing vendor concerns, ensuring transparency, and promoting an efficient procurement environment in accordance with federal guidelines. This reflects the broader context of government RFPs, which aim to establish fair competition and obtain quality services or products for public projects.
    The Voluntary Product Accessibility Template® (VPAT®) is designed to document the conformance of Information and Communications Technology (ICT) products with accessibility standards, primarily focusing on Revised Section 508 and Web Content Accessibility Guidelines (WCAG) 2.0. This specific edition, Version 2.5, serves as a guideline for vendors to accurately report product accessibility, thus aiding clients in assessing the availability of accessible ICT options. The document covers essential requirements and best practices for drafting the Accessibility Conformance Report, detailing the necessary components such as the report title, product description, evaluation methods, and applicable standards. It emphasizes the integrity of the data and recommends consistent reporting practices to ensure the reliability of reports. The template structure includes separate tables for various levels of WCAG conformance (Level A, AA, AAA), as well as a section for Revised Section 508 criteria. Each table requires vendors to indicate the conformance level (supports, partially supports, does not support, not applicable) and provide explanations for their findings. Ultimately, this VPAT edition fosters transparency in accessibility reporting, targeting government agencies and organizations mandated to procure accessible products, reinforcing the importance of inclusivity in technology.
    The SECNAV 5512/1 form serves as a registration tool for the Department of the Navy's Local Population ID Card and base access pass. It is mandated by various federal laws and directives to ensure the security of Department of Defense installations by verifying individual identities through biometric databases and associated data processing. Key purposes include managing access to facilities, issuing and replacing ID cards, maintaining visitor statistics, and ensuring national security. Individuals must present acceptable identity documents to verify their identity, including Social Security numbers, state IDs, and passports. The verification process involves checks against criminal databases to ensure public safety, with restrictions against soliciting on base. The form outlines the requirement for returning ID cards upon employment termination and emphasizes that completing the form is voluntary, though failing to do so may result in access denial. The Base Commanding Officer retains the final decision-making authority regarding access permissions. The document's design supports federal compliance and security efforts while facilitating necessary access for authorized personnel.
    The document outlines the Offeror Representations and Certifications (FAR 52.212-3) related to commercial products and services for federal contracting. It specifies that offerors must complete annual representations electronically in the System for Award Management (SAM). Definitions are provided for various business types, including economically disadvantaged women-owned small businesses and service-disabled veteran-owned small businesses. Key aspects include representation requirements for small business status, including whether they are veteran-owned, SDVOSBs, economically disadvantaged, or women-owned. The document includes certifications regarding compliance with labor laws, tax obligations, and regulations related to supply chain transparency, particularly concerning child labor and restrictions on operations in Sudan. The document also addresses compliance with the Buy American Act, summarizing obligations regarding domestic and foreign end products, along with certifications required under various trade agreements. Provisions concerning responsibility matters, including debarment, tax delinquency, and felony convictions, are included for contractor eligibility. Overall, the document serves as a comprehensive guideline for prospective contractors, delineating the necessary certifications and representations to ensure compliance with federal contracting laws and policies while facilitating transparent engagement with government procurement processes.
    The document outlines a Request for Quote (RFQ) by the Defense Logistics Agency (DLA) Troop Support to procure secure on-site document shredding services and receptacles. The primary objective is to enhance document disposal operations, ensuring secure destruction of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII) at their Philadelphia facility. Contractors are expected to provide 178 lockable receptacles for the disposal of sensitive materials, with a monthly shredding service from May 2025 to May 2030. Key details include a clear scope of work requiring monthly shredding, compliance with security regulations, and the submission of Certificates of Destruction after each service. The contractor will oversee the collection and secure on-site shredding, following strict guidelines for document handling as outlined by NIST standards. This solicitation emphasizes the importance of confidentiality, eco-friendly recycling processes, and adherence to performance measures. The award will favor small businesses and requires proposals by April 8, 2025. The document serves as a structured framework detailing expectations and obligations for potential contractors interested in fulfilling DLA’s shredding needs.
    Lifecycle
    Similar Opportunities
    On-site Document Destruction
    Buyer not available
    The Department of Defense, specifically the United States Army Medical Center of Excellence (MEDCoE), is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for on-site document destruction services under solicitation number W9124J-25-Q-DOCD. The contractor will be responsible for providing secure document shredding services over a four-year period, from March 14, 2025, to March 13, 2030, including the management and delivery of lockable containers across multiple facilities at Fort Sam Houston and Camp Bullis in Texas. This service is critical for ensuring the secure disposal of sensitive materials, including Personally Identifiable Information (PII) and Personal Health Information (PHI), in compliance with federal regulations. Quotes are due by 12:00 PM CST on March 10, 2025, and interested vendors must be registered in the System for Award Management (SAM) to be eligible for consideration. For further inquiries, potential bidders can contact Tanisha Bush at tanisha.a.bush.civ@army.mil or Walter L. Williams at walter.l.williams24.civ@army.mil.
    RFTP 33-4052 M/DCOS SCRAP RESIDUE SALE, LETTERKENNY, PA REQUEST FOR TECHNICAL PROPOSAL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting technical proposals for the sale of metallic and non-metallic scrap property under Request for Technical Proposal (RFTP) No. 33-4052, located in Letterkenny, Pennsylvania. Contractors are required to submit detailed operational plans that address demilitarization, mutilation processes, transportation logistics, and environmental compliance, ensuring the safe handling of hazardous materials throughout the contract duration. This procurement is crucial for the responsible disposal of government property while adhering to federal, state, and local regulations, with an estimated weight of 42 million pounds of scrap to be processed over three years. Interested parties must submit their proposals by April 8, 2025, and direct any inquiries to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
    CUI Shredders
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting bids for the procurement of 35 Controlled Unclassified Information (CUI) shredders through a Request for Quote (RFQ) process. The shredders must meet stringent specifications, including NSA/CSS 02-01 approval for P-7 shredding, a feed width of at least 10.25 inches, and a shred size of at least 1mm x 5mm, ensuring compliance with high-security standards for document destruction. This procurement is crucial for maintaining information security at the Westover Air Reserve Base in Chicopee, Massachusetts, and is designated as a total small business set-aside under NAICS Code 339940. Interested vendors must submit their quotes, including detailed pricing and specifications, by the deadline, and ensure that their proposals remain valid for 90 days. For further inquiries, vendors can contact Rosalie M. Connelly at rosalie.connelly.1@us.af.mil or Kyle Kalagher at KYLE.KALAGHER.1@US.AF.MIL.
    Document Destruction Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Document Destruction Services at the Moncrief Army Health Clinic and surrounding facilities in Fort Jackson, South Carolina. The contract is set aside for Women-Owned Small Businesses and requires compliance with federal standards, including holding AAA certification from the National Association for Information Destruction, Inc. This service is crucial for ensuring secure document destruction, thereby safeguarding sensitive information in accordance with federal regulations. Proposals are due by March 14, 2025, with the performance period running from April 1, 2025, to March 31, 2030. Interested parties can contact Donna Rodriguez at donna.d.rodriguez.civ@health.mil or Sebrena L. Lane at sebrena.l.hackleylane.civ@health.mil for further details.
    SP3300-25-Q-5003 - LTC for Poly Bags
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Distribution), is seeking proposals for the procurement of polyethylene bags under solicitation SP3300-25-Q-5003. This opportunity is specifically set aside for small businesses and involves the supply of various types of polyethylene bags, including clear, gusseted, and reclosable bags, with a focus on compliance with federal procurement regulations. The contract will span multiple ordering periods from 2025 to 2030, with a guaranteed minimum contract value of $4,000 for the first year and a requirement for delivery within 30 days of order placement. Interested vendors must submit their bids through the System for Award Management (SAM) by March 15, 2025, and can direct inquiries to Eric Hopkins at eric.hopkins@dla.mil or Michael Minto at Michael.Minto@dla.mil.
    81--Containers IST - Phila
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the procurement of containers under the solicitation titled "81--Containers IST - Phila." This opportunity is set aside for small businesses and aims to fulfill the requirements for metal container manufacturing, which is critical for packaging and supplying military logistics. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's DIBBS platform. The solicitation emphasizes a total small business set-aside, aligning with FAR 19.5 regulations, and encourages eligible firms to participate in this procurement process.
    Synopsis for Shredding Services at William Beaumont Army Medical Center (WBAMC)
    Buyer not available
    The Department of Defense is seeking a contractor to provide shredding services at the William Beaumont Army Medical Center (WBAMC) located in Fort Bliss, Texas. The procurement includes on-site shredding of sensitive documents, destruction of approximately 300 hard drives monthly, and management of collection from designated areas, all while adhering to stringent regulatory standards and non-personal service principles. This contract is crucial for maintaining the confidentiality and security of sensitive information, with a performance period of one base year and four optional extensions. Interested contractors can reach out to Zachariah Fierro at zachariah.fierro.civ@army.mil or by phone at 915-568-0694 for further details.
    81--SHIPPING AND STORAG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for specialized shipping and storage containers under a presolicitation notice. The procurement aims to fulfill specific requirements for the shipping and storage of defense-related materials, ensuring secure and efficient logistics operations. These containers are crucial for maintaining the integrity and safety of sensitive items during transportation and storage. Interested vendors can reach out to Rachel Raucheisen at (215) 737-7063 or via email at rachel.raucheisen@dla.mil for further details and to express their interest in this opportunity.
    Refuse Collection Service for DLA Distribution San Joaquin (DDJC)
    Buyer not available
    The Defense Logistics Agency (DLA) is seeking proposals for refuse collection services at the DLA Distribution San Joaquin (DDJC) in Tracy, California. The procurement involves a base year contract with four optional renewal years, requiring comprehensive solid waste management services, including the collection and disposal of refuse from designated points, while adhering to federal, state, and local regulations. This contract is vital for maintaining operational efficiency and compliance within the DLA's logistics framework, ensuring effective waste management throughout the specified periods. Interested contractors must submit their proposals by March 13, 2025, and can contact Allexas R. Kirchgessner at Allexas.Kirchgessner@dla.mil or 717-770-4285 for further information.
    81--SHIPPING AND STORAG
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is seeking proposals for shipping and storage solutions under the solicitation titled "81--SHIPPING AND STORAG." The procurement focuses on specialized shipping and storage containers, classified under the NAICS code 332439, which pertains to Other Metal Container Manufacturing. These containers are crucial for the secure and efficient transportation and storage of military supplies and equipment. Interested vendors can reach out to Rachel Raucheisen at 215-737-7063 or via email at RACHEL.RAUCHEISEN@DLA.MIL for further details regarding the solicitation process.