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) 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
    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.
    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.
    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.
    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.
    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
    Similar Opportunities
    FY26 EAMC Medical Record Storage and Shredding Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Medical Command, is seeking proposals for record storage and shredding services at the Dwight D. Eisenhower Army Medical Center in Fort Gordon, Georgia. The contractor will be responsible for the secure pickup, storage, retrieval, destruction, and shipment of various media records, including classified and privacy-protected documents, with an estimated annual volume of approximately 1,500 units and 760-1,200 cubic feet of storage. This contract is crucial for maintaining compliance with Army, Air Force, and National Archives regulations, ensuring the secure handling of sensitive information, and providing 24/7 customer service. Interested vendors must submit their proposals by December 19, 2025, and can contact Sara Craig at sara.l.craig2.civ@health.mil or 254-285-6743 for further details.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the cleanup of the Harrisburg site in Pennsylvania, focusing on debris removal and mutilation services. The contractor will be responsible for the systematic removal, shredding, and disposal of scrap metal and other debris, with the goal of restoring the site to its original condition within three months of contract award. This project is critical for ensuring compliance with environmental regulations and proper disposal of materials, with all work to be conducted within a 50-mile radius of the DLA Susquehanna site. Interested small businesses must submit their quotes by 1:00 p.m. EST on the specified deadline, and can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further information.
    R614--Document Destruction Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA), specifically the Veterans Benefits Administration (VBA), is seeking qualified vendors to provide onsite Document Destruction Services at its Baltimore Regional Office. The procurement involves shredding an estimated 132 bins of paper documents annually, with the contractor required to supply and maintain eleven 96-gallon secured shred bins at designated locations within the office. This service is crucial for ensuring the secure disposal of sensitive documents, thereby supporting the VA's commitment to data protection and compliance. Interested parties must submit their capabilities and availability by December 24, 2025, at 1:00 PM EST, to Afia Monteaperto via email at Afia.monteaperto@va.gov, with responses not exceeding eight pages in Microsoft Word or Adobe PDF format.
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    R614--Shredding service Providence VAMC Providence RI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a contractor to provide shredding and document destruction services for the Providence VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs) in Rhode Island. The procurement involves a firm fixed-price contract for non-personnel services, covering a base year from March 1, 2026, to February 28, 2027, with four optional one-year extensions, emphasizing compliance with VA Directive 6371, HIPAA, and Privacy Act regulations. This initiative is crucial for ensuring the secure handling and destruction of sensitive information, including personally identifiable information (PII) and protected health information (PHI), thereby reinforcing the VA's commitment to data security. Interested contractors should contact Jeffrey S. Fleming at jeffrey.fleming@va.gov for further details, with an estimated total contract value of $16.5 million over the potential duration of the contract.
    DLA Commercial Solutions Opening (CSO) FY2026
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    Heavy Equipment Program - Sweeper and Scrubber Equipment SPE8EC25R0003
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is issuing a solicitation for the Heavy Equipment Program, specifically for sweeper and scrubber equipment under solicitation number SPE8EC25R0003. This opportunity seeks proposals for multiple Indefinite Delivery/Requirements Contracts for new commercial equipment, including utility sweepers, warehouse sweepers, street sweepers, and associated support services for the U.S. Military and other authorized government agencies. The contracts will have a ten-year term with no options, and proposals must be submitted by November 16, 2034, at 4:00 PM EST, with evaluations based on the Lowest Price Technically Acceptable (LPTA) method. Interested vendors can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Heavy Equipment Program - Construction Equipment SPE8EC25R0005
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is seeking proposals for the Heavy Equipment Program under solicitation SPE8EC25R0005, which aims to establish multiple Indefinite Delivery/Requirements Contracts for commercial construction equipment and related support. This continuous solicitation, open until January 3, 2035, requires offerors to submit comprehensive proposals that include commercial price lists, discount structures, catalogs, and invoices, with a focus on various types of construction equipment such as wheel loaders, backhoe loaders, and motor graders. The awarded contracts will facilitate the procurement of essential construction equipment for military and defense operations, ensuring a reliable supply chain for critical projects. Interested vendors must submit their proposals by January 3, 2035, at 4:00 PM EST, and can contact Angela Beschner at Angela.Beschner@dla.mil or Robert F. Spadaro, Jr. at robert.spadaro@dla.mil for further information.
    Solicitation: Waste Receptacle (NSN:7240-01-537-1804)
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command, is soliciting offers for the procurement of 233 waste receptacles, identified by NSN 7240-01-537-1804 and part number 5-15-33963, under a total small business set-aside. The contract will result in a firm-fixed-price purchase order, with specific requirements for military preservation, packing, and marking in accordance with MIL-STD-2073-1, and all shipments must be delivered FOB destination to Texarkana, TX. This procurement is crucial for maintaining operational efficiency within military facilities, ensuring proper waste management. Interested parties must submit their offers by November 25, 2024, at 4:30 p.m. local time, and can direct any inquiries to the primary contact, Eboni Albert, at eboni.q.albert.civ@army.mil.
    Western Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for the Western Regional Hazardous Waste Incineration contract, which involves the removal, transportation, and disposal of various hazardous and non-hazardous wastes from military installations across the Western United States. The selected contractor will manage a range of waste types, including Resource Conservation and Recovery Act (RCRA) hazardous wastes, PCBs, and PFAS, ensuring compliance with regulatory requirements and proper handling procedures. This contract is crucial for maintaining environmental safety and compliance at military sites, with a base period of 30 months anticipated to begin in March 2026, followed by an option period of the same length. Proposals are due by 1500 EST on December 29, 2025, and interested parties should direct inquiries to Timothy Hassett at Timothy.Hassett@dla.mil or Erik Rundquist at erik.rundquist@dla.mil.