Combined Synopsis/ Solicitation - Disintegrators
ID: FA469025Q0033Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA4690 28 CONS PKCELLSWORTH AFB, SD, 57706-4947, USA

NAICS

Office Supplies (except Paper) Manufacturing (339940)

PSC

MISCELLANEOUS OFFICE MACHINES (7490)

Set Aside

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

    The Department of Defense, through the 28th Contracting Squadron at Ellsworth Air Force Base, is soliciting quotes for the procurement of two disintegrators under Solicitation FA469025Q0033. The disintegrators are required to meet specific performance standards, including the ability to process various materials at a minimum rate of 900 lbs per hour while adhering to stringent security and noise reduction requirements. This procurement is critical for enhancing waste destruction methods within military facilities, ensuring compliance with federal standards such as NIST 800-88. Interested small business contractors must submit their quotes via email by June 3, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contractors can contact A1C Vaishali Upadhyay at vaishali.upadhyay.1@us.af.mil or TSgt Martel Angelo M. Surop at martelangelo.surop@us.af.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Air Force is issuing an amendment to Solicitation FA469025Q0033 regarding disintegrators, intended for the 28th Contracting Squadron at Ellsworth Air Force Base. This amendment answers contractors' questions about the project, clarifying that it involves grinding/milling materials such as paper, cardstock, optical media, and resin-impregnated fiber. The project is confirmed to be brand new, without any incumbents or prior contracts for similar services. Quotes are due by June 3, 2025, at 13:00 PM MDT and must remain valid until August 4, 2025. For queries, contractors can reach out to A1C Vaishali Upadhyay at the provided contact information. This document serves to ensure all interested parties have the necessary information to submit competitive proposals in accordance with the government's procurement process.
    The document outlines a federal RFP detailing the procurement and installation of two complete disintegrator systems intended for the Military Personnel Flight (MPF) and Logistics Operations (LO) Facilities at Ellsworth Air Force Base, South Dakota, by September 1, 2025. Each system must include a disintegrator, a filtration/collection system with dust collection, and a sound-deadening enclosure. The disintegrators must meet stringent security standards and be capable of processing various media types at a minimum rate of 900 lbs per hour while reducing noise levels significantly. The waste collection system is required to be integrated into the overall sound enclosure and must utilize a dual bagging system to ensure effective dust control. The complete systems must fit within specific room dimensions and pass through a defined door for installation. A comprehensive warranty covers five years on the entire system. The purpose of this RFP aligns with governmental efforts to enhance security through effective waste destruction methods, ensuring compliance with federal standards such as NIST 800-88, making it a critical initiative for maintaining operational integrity and security within military facilities.
    The document outlines a federal RFP detailing the procurement and installation of two complete disintegrator systems intended for the Military Personnel Flight (MPF) and Logistics Operations (LO) Facilities at Ellsworth Air Force Base, South Dakota, by September 1, 2025. Each system must include a disintegrator, a filtration/collection system with dust collection, and a sound-deadening enclosure. The disintegrators must meet stringent security standards and be capable of processing various media types at a minimum rate of 900 lbs per hour while reducing noise levels significantly. The waste collection system is required to be integrated into the overall sound enclosure and must utilize a dual bagging system to ensure effective dust control. The complete systems must fit within specific room dimensions and pass through a defined door for installation. A comprehensive warranty covers five years on the entire system. The purpose of this RFP aligns with governmental efforts to enhance security through effective waste destruction methods, ensuring compliance with federal standards such as NIST 800-88, making it a critical initiative for maintaining operational integrity and security within military facilities.
    The Department of the Air Force's 28th Contracting Squadron is seeking quotes through a Combined Synopsis/Solicitation (RFP) for the procurement of two disintegrators, categorized under the NAICS code for Office Supplies Manufacturing. This 100% small business set-aside aims to establish a firm-fixed price contract, where vendor quotes must conform to outlined specifications and pricing structures. The solicitation emphasizes that vendors must provide details such as shipping information, business identification numbers, and terms of payment. The evaluation will consider price and acceptability against specified requirements. Interested vendors are instructed to submit their quotes via email by June 3, 2025, with responses to questions due by May 27, 2025. The Air Force emphasizes the importance of compliance with federal acquisition regulations, requiring vendors to ensure registered status in the System for Award Management (SAM). This RFP signifies the Air Force's commitment to engaging small businesses while adhering to procedural regulations for government procurement.
    This document outlines federal acquisition regulations, incorporating numerous clauses pertinent to contractual obligations, subcontracting, and compliance measures for contractors working with the Department of Defense (DoD). It includes references to situations affecting compensation, whistleblower rights, procurement restrictions from specific regions, item identification requirements, and electronic payment processing via the Wide Area Workflow (WAWF) system. Key clauses emphasize prohibitions on sourcing materials from entities associated with the Maduro regime and Uighur labor practices, while also delineating guidelines for item unique identification that ensures traceability and accountability. Additionally, the document specifies requirements for representations and certifications related to contractor qualifications, including socio-economic business designations and compliance with federal contracting standards. Overall, it serves as a comprehensive reference for entities seeking federal contracts, ensuring adherence to regulatory standards and enhancing operational accountability within the federal procurement process.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    25--BREAKING DISK
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 231 units of the Breaking Disk (NSN 2590015760502). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated four orders per year and a guaranteed minimum quantity of 34 units. The Breaking Disk is a critical component used in vehicular equipment, and items will be shipped to various DLA depots both within the continental United States and overseas. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil. The solicitation is available online, and hard copies will not be provided.
    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.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Harrisburg Site Cleanup project in Pennsylvania. The procurement involves debris removal and mutilation services at the DLA DS Susquehanna site, with the objective of restoring a former scrap yard to its original condition within three months of contract award. Contractors will be responsible for the systematic removal, shredding, and disposal of all scrap materials, ensuring compliance with all applicable regulations, while retaining any revenue from recycled materials. Interested parties must submit their quotes by 1:00 p.m. Eastern Standard Time on the specified date, and can reach out to Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further inquiries.
    29--AIR DISTRIBUTOR,STA
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of three units of the Air Distributor, NSN 2990123808818. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated three orders per year and a guaranteed minimum quantity of one. The items will be shipped to various DLA depots both within the continental United States and overseas, highlighting the importance of these components in supporting military operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    28--TANK,DETECTOR ASSEM
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 26 units of the Tank, Detector Assembly (NSN 2815011805915). This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum of three units. The items will be shipped to various DLA depots both within the continental United States (CONUS) and outside (OCONUS), highlighting the importance of these components in defense operations. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    F-15 SMDC Initiators
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of F-15 SMDC initiators, which are critical components for aircraft egress systems. The solicitation, identified as FA8213-26-R-3002, requires qualified sources to submit a qualification package, with evaluation based on the lowest technically acceptable price. This procurement is vital for ensuring the operational readiness and safety of military personnel, as these initiators play a crucial role in emergency egress systems. Interested parties must submit their proposals by January 2, 2026, and can direct inquiries to Abbigail Clawson at abbigail.clawson@us.af.mil or Cole Sposato at cole.sposato.1@us.af.mil.
    FA821226Q0315 SOLICITATION
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking to solicit and negotiate a sole source contract for a DISK CARTRIDGE (NSN 7045016270971WF) from ELBITAMERICA, INC. This procurement is being conducted under the authority of 10 U.S.C. 2304(c)(1) and FAR 6.302-1, indicating that only one responsible source can meet the agency's requirements due to the lack of available technical data. The DISK CARTRIDGE is critical for operational capabilities, and the government reserves the right not to make an award at all. Interested parties are encouraged to submit capability statements, proposals, or quotations, and should monitor the SAM.gov website for the full solicitation details and any updates. For further inquiries, Richard Maynard can be contacted at richard.maynard.5@us.af.mil or by phone at 801-777-6504.
    Southeast Regional HW Incineration
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking proposals for the Southeast Regional Hazardous Waste (HW) Incineration contract, which involves the removal, transportation, thermal treatment, and disposal of various regulated hazardous wastes from U.S. Department of War and U.S. Coast Guard installations across seven southeastern states. The contract will cover a range of waste types, including Resource Conservation and Recovery Act (RCRA) regulated materials, non-RCRA wastes, and Toxic Substance Control Act (TSCA) regulated wastes, emphasizing compliance with federal and state regulations throughout the waste management process. This indefinite delivery/indefinite quantity (IDIQ) contract is anticipated to have a 30-month base period from March 2026 to September 2028, with an option for an additional 30 months, and proposals are due by 12:00 PM EST on December 15, 2025. Interested parties should direct inquiries to Elizabeth Roberts at elizabeth.roberts@dla.mil or Raymond Empie at raymond.empie@dla.mil.