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
  1. 1
    Posted Mar 7, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 11, 2025, 12:00 AM UTC
  3. 3
    Due Apr 23, 2025, 5:00 PM UTC
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) while promoting eco-friendly practices, with a requirement for 178 lockable receptacles and monthly shredding services from May 2025 to May 2030. This initiative is critical for maintaining confidentiality and compliance with federal security regulations. Interested small businesses must submit their proposals by April 23, 2025, and can direct inquiries to Jonathan Gallagher at jonathan.gallagher@dla.mil or Ena Morimoto at Ena.morimoto@dla.mil.

Point(s) of Contact
Files
Title
Posted
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
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.
Apr 11, 2025, 4:09 PM UTC
This government document outlines an amendment to solicitation SP4709-25-Q-0204 for secure on-site document shredding services by the Defense Logistics Agency (DLA) Troop Support. The amendment signals the removal of specific clauses related to equal opportunity compliance, in line with Executive Orders focused on merit-based opportunities and gender ideology. The amendment details the acknowledgment procedure for offerors, emphasizing the importance of timely responses to avoid rejection of proposals. Key service provisions require vendors to provide 178 lockable shredding receptacles and perform monthly collection. The document includes responses to inquiries from potential offerors, clarifying various aspects of the solicitation such as service frequency, receptacle specifications, and the competitive nature of the solicitation, which is set aside for small businesses. The overall purpose of this amendment is to modify the existing solicitation terms while ensuring compliance with federal laws and practices pertinent to employment and service provision. The document maintains a formal tone and outlines the essential responsibilities of the contractor while providing clarity on the expectations for submissions.
Apr 11, 2025, 4:09 PM UTC
The document serves as an amendment to a solicitation, specifically modifying the submission closing date from April 8, 2025, to April 10, 2025, at 1300 hours EDT. It emphasizes the importance of acknowledging receipt of the amendment prior to the specified deadline through various methods, such as completing specified items or sending a separate communication referencing the amendment. Should changes to submitted offers be necessary, such modifications can be communicated through a telegram or letter, provided they are submitted before the deadline. Additionally, the document outlines protocols for amendments and modifications, including the necessity for the contractor to sign certain documents. It also encourages offerors to disclose details regarding partners and subcontractors, as well as relevant accounts and appropriations data associated with the contract. By providing clear instructions, the document ensures that all parties involved adhere to the updated solicitation requirements and maintain compliance with federal regulations related to government contracts.
Apr 11, 2025, 4:09 PM UTC
This document outlines an amendment for a federal solicitation, specifically extending the proposal submission deadline from April 10, 2025, to April 16, 2025, at 1300 hours EDT. It emphasizes that the solicitation is designated as a 100% set-aside for small businesses. To acknowledge receipt of this amendment, offerors must follow specific methods, including returning signed copies or sending a letter/telegram referencing the amendment. The amendment also details the limitations on subcontracting, requiring that a small business must perform at least 51% of the contract requirements without exceeding specified percentages for subcontractor compensation, depending on the type of contract (services, supplies, or construction). These limitations ensure that the essence of the contract remains within the control of the small business, aligning with federal policies promoting small business participation in government contracts. Additionally, it clarifies definitions relating to 'similarly situated entities' and the compliance required for subcontractors. Overall, the document serves to inform potential offerors about critical changes to the solicitation while reiterating the importance of maintaining compliance with federal regulations on subcontracting and small business participation.
Apr 11, 2025, 4:09 PM UTC
This amendment pertains to a federal solicitation, refining the security requirements for contractors engaged in sensitive work at government facilities. Key updates include an extension of the solicitation close date from April 16, 2025, to April 23, 2025, and significant changes to Section C, which outlines the security protocols applicable to contractor personnel. Contractors and their subcontractors must undergo background investigations, be issued a Common Access Card (CAC), and comply with the National Industrial Security Program Operating Manual (NISPOM) when handling Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII). All contractor employees must meet specific investigation requirements before commencing work, with potential waivers allowed in urgent scenarios. The document emphasizes the importance of compliance with security procedures, the process for personnel changes, and the repercussions for violations of information system security policies. It also mandates thorough documentation and verification processes to ensure personnel are cleared adequately to protect government interests. Overall, the amendment emphasizes the government’s stringent security standards for contractor access to sensitive information and facilities.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
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 resulting from demilitarization and mutilation activities at Letterkenny, Pennsylvania. Contractors must demonstrate their capability to manage the necessary operations, including the safe removal of hazardous materials, transportation, and compliance with environmental regulations, with a minimum processing capacity of 1,000,000 pounds of materials monthly. This opportunity is crucial for ensuring responsible disposal of government property while adhering to safety and regulatory standards. Interested parties should submit their proposals by April 8, 2025, and direct any questions to Brian Kemp at BRIAN.KEMP@DLA.MIL or Nam Nguyen at nam.nguyen@dla.mil.
GA ARNG On-Site Shredding Service
Buyer not available
The Department of Defense, specifically the Georgia Army National Guard, is seeking proposals for on-site shredding services to securely manage sensitive information. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform shredding in compliance with AR 380-5 regulations, ensuring quality control and cost efficiency. This service is crucial for safeguarding sensitive Department of Defense information and will be conducted during core hours on weekdays, with a contract term of one base year plus four options, totaling an award amount of $16,500,000. Interested contractors, particularly Women-Owned Small Businesses, should contact Ben Russell at benjamin.a.russell8.mil@army.mil or Jim Shuman at james.e.shuman.civ@army.mil for further details, and note that the deadline for submitting offers has been extended as per the latest solicitation amendment.
Shipping and Storage Drum
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking additional sources for the procurement of Shipping and Storage Drums, specifically for National Stock Number (NSN) 8110-00-292-9783. The agency aims to gather industry insights to refine its procurement strategy, with the potential issuance of an Indefinite Quantity Contract lasting up to five years, focusing on the item’s commercial viability, production capabilities, and pricing structures. This initiative is crucial for enhancing military logistics and supply capabilities, ensuring that the armed forces have access to necessary materials. Interested parties must submit a technical data package by May 22, 2025, to Quiana Bowser at quiana.bowser@dla.mil, with preliminary responses due by April 6, 2025.
HEAT SEALABLE BAGS FOR DLA DISTRIBUTION ENTERPRISE WIDE
Buyer not available
The Defense Logistics Agency (DLA) is seeking proposals for the procurement of heat sealable bags designed for electrostatic discharge (ESD) applications, as part of its distribution operations. The solicitation aims to establish a fixed-price, multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses, with a minimum guaranteed amount of $5,000 and a maximum contract value of $2,500,000. These bags are crucial for the safe packaging and shipping of sensitive electronic components, adhering to military specifications to ensure quality and reliability. Interested vendors must submit their quotes by May 21, 2025, and can direct inquiries to Brian Keckler at brian.keckler@dla.mil or by phone at 717-770-8418.
DDTP OUTDOOR STORAGE FIELD MAINTENANCE (WEED CONTROL) SERVICES
Buyer not available
The Defense Logistics Agency (DLA) is soliciting bids for outdoor storage field maintenance services, specifically focusing on weed control at the DLA Distribution Tobyhanna in Pennsylvania. The procurement aims to establish a Firm-Fixed Price purchase order under a 100% Small Business Set-aside, requiring contractors to manage overgrown vegetation that currently obstructs access to stored assets, while adhering to environmental standards and safety protocols. This contract, which may extend up to five years, emphasizes the importance of maintaining operational effectiveness and supporting small business participation in government contracting. Interested vendors must submit proposals by May 23, 2025, and are encouraged to attend a site visit on May 14, 2025; for further inquiries, contact Brian Keckler at brian.keckler@dla.mil or 717-770-8418.
SHIPPING AND STORAG
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the manufacturing and supply of specialized shipping and storage containers made from aluminum. The procurement includes specific requirements for engineering source approval, quality assurance, and compliance with various military standards, emphasizing the critical nature of the item and its quality history. These containers are essential for the secure transportation and storage of military supplies, ensuring they meet stringent operational standards. Interested parties must submit their proposals by May 2, 2025, and can direct inquiries to GIA Pantaleo at 215-737-2249 or via email at GIA.PANTALEO@DLA.MIL.
Document Destruction-Shredding Services BPA, Midwest District, National Cemetery Administration -- R614
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide document destruction and shredding services for the Midwest District of the National Cemetery Administration. The procurement aims to establish one or more Blanket Purchase Agreements (BPAs) for these services across several national cemeteries, including locations in Illinois, Michigan, Minnesota, Missouri, Kansas, and Ohio. This requirement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, emphasizing the importance of supporting veteran-owned enterprises in fulfilling government contracts. Interested parties should prepare for the solicitation, which is expected to be issued around May 1, 2025, and must ensure they are registered and active in the System for Award Management (SAM) to be eligible for contract award. For further inquiries, contact Roberto Escobedo at Roberto.Escobedo@va.gov.
81--Containers IST - Phila
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of 64 containers under the solicitation titled "81--Containers IST - Phila." This request for quotation (RFQ) pertains to National Stock Number (NSN) 8145GM5024318 and requires delivery to W6DW PEO CS&CSS NATICK within 120 days after order (ADO). The containers are essential for military logistics and operations, ensuring the safe packaging and transport of various materials. Interested small businesses are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be provided. For inquiries, potential bidders can reach out via email to DibbsBSM@dla.mil.
Shipping and Storage Drum
Buyer not available
The Defense Logistics Agency (DLA) Troop Support is seeking additional sources for the procurement of Shipping and Storage Drums, specifically for National Stock Number (NSN) 8110-00-030-7780, which is manufactured to specification MIL-DTL-6054. This opportunity aims to gather market insights to inform an acquisition strategy for an Indefinite Quantity Contract that may last up to five years, focusing on efficient procurement practices and industry collaboration. The DLA emphasizes the importance of understanding commercial status, pricing stability, delivery timelines, and production capabilities to effectively meet military supply needs. Interested parties must submit a technical data package by May 22, 2025, to Quiana Bowser at quiana.bowser@dla.mil, with responses to the market research survey due by May 6, 2025.
SHIPPING AND STORAG
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Aviation at Philadelphia, PA, is soliciting proposals for the manufacturing and supply of specialized shipping and storage containers. The procurement requires the containers to be made from plastic using vacuum forming, rotomolding, or blow molding processes, with specific engineering source approval necessary to ensure quality standards are met. These containers are critical for the secure transport and storage of military supplies, emphasizing the importance of compliance with detailed specifications and quality assurance measures. Interested parties must submit their proposals by May 2, 2025, and can direct inquiries to GIA Pantaleo at 215-737-2249 or via email at GIA.PANTALEO@DLA.MIL.