U.S Senate Support Operations Multi-Award IDIQ IT Equipment Moving, State Office Shredding, & Emergency Biohazard Cleaning
ID: 2024-R-065Type: Special Notice
Overview

Buyer

SENATE, THETHE UNITED STATES SENATE SERGEANT AT ARMSSENATE SERGEANT AT ARMSWashington, DC, 20510, USA
Timeline
  1. 1
    Posted Sep 25, 2024, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 18, 2025, 4:00 PM UTC
Description

The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking vendors for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract to provide essential services, including moving IT security cabinets, shredding documents, and emergency cleaning in the Washington D.C., Maryland, and Virginia areas. The contract aims to support Senate operations, particularly during election cycles, with vendors allowed to bid on one or more of the service categories. The total contract ceiling is set at $1.5 million, with no guaranteed minimum work, and proposals must be submitted by 12:00 Noon ET on November 8, 2024, to the attention of Nicole Barnes at acquisitions@saa.senate.gov. Interested parties are encouraged to review the solicitation documents for detailed requirements and compliance standards, including cybersecurity protocols.

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 11:04 PM UTC
The document outlines a Solicitation for Multiple Award, Indefinite Delivery-Indefinite Quantity (IDIQ) contracts to provide essential services for the U.S. Senate Office of the Sergeant at Arms (SAA). The primary services include nationwide moving services for IT security cabinets, shredding services for Senate State Offices, and emergency cleaning services in the DMV area. Vendors may bid on one or multiple services. The contract allows for a maximum ceiling of $1.5 million and does not guarantee minimum work, as task orders will be issued based on Senate needs. Key contract provisions include specified service requirements, pricing structures, and task order procedures. The contractor must execute tasks within defined timelines, with increased demand anticipated during election cycles. Contractor obligations encompass the use of appropriate materials for moving, secure shredding of documents, and compliance with safety protocols for cleaning services. Furthermore, data protection and cybersecurity measures are emphasized, alongside bid submission guidelines and invoicing processes. The contract is designed to centralize and streamline various support operations for Senate offices, ensuring accountability and compliance with federal regulations.
The solicitation outlines a Multiple Award, Indefinite Delivery-Indefinite Quantity (IDIQ) contract for the U.S. Senate Office of the Sergeant at Arms (SAA) to procure moving services for IT security cabinets, shredding services for Senate offices nationwide, and emergency cleaning services in the DMV area. Vendors may propose on one, two, or all three services, which require year-round availability with heightened demand during election cycles. The contract encompasses a base term of 12 months with up to four additional option periods. Pricing will be firm-fixed, with task orders issued electronically, allowing the Senate to purchase as needed without guarantees of minimum orders. Contractor responsibilities include safe transit of IT security cabinets, secure document shredding options, and emergency cleaning within a quick response time. Delivery and acceptance of services are subject to SAA inspection, ensuring compliance with contract specifications. The contract emphasizes protecting Senate data and maintaining cybersecurity standards, with clear stipulations about contractor liabilities. This document serves as a key guideline for governmental procurement processes, ensuring effective service delivery to the Senate while adhering to federal grant and contracting regulations.
Apr 1, 2025, 11:04 PM UTC
The document outlines a Request for Proposal (RFP) regarding the delivery and service of server cabinets, highlighting that this is a new requirement for the agency. Key points include that deliveries will consist of individual cabinet shipments with no casters included, and that the SAA will generate the Bill of Lading for shipments. The proposal mandates detailed pricing information, noting that bidders should include national shipping rates but emphasizes that $1,500,000 is the total budget ceiling for all awards, not per bidder. The RFP lacks historical data on frequency or quantities needed in the past, indicating this initiative is unprecedented. Additionally, the process for screening delivery trucks at the Capitol is outlined, with specifics on the necessary advance notice for driver and vehicle information. Overall, the RFP requires bidders to provide competitive pricing and detailed specifications while managing logistics effectively for secure materials handling and transportation.
The document outlines a federal solicitation for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract issued by the U.S. Senate Office of the Sergeant at Arms (SAA) for moving, shredding, and emergency cleaning services. The contract intends to support the Senate community, particularly during election cycles. Vendors may propose on any of the three services either independently or collectively. The task orders will be based on firm-fixed-price, time and materials, or labor hour formats, with a maximum ceiling of $1,500,000 and no guaranteed minimum work. The document details the requirements for moving IT security cabinets, providing shredding services to Senate offices, and delivering emergency cleaning services primarily in Washington D.C., Maryland, and Virginia. It specifies responsibilities, service scopes, pricing structures, and administrative processes, including invoicing and compliance with cybersecurity and personnel security standards. The solicitation emphasizes quality control, inspection rights for the SAA, and adherence to confidentiality protocols for sensitive information. Overall, it aims to facilitate timely and efficient services responsive to the needs of Senate operations. This solicitation represents a structured approach to procure essential services while maintaining rigorous oversight and compliance with federal standards.
The document outlines a solicitation and contract for a Multiple Award, Indefinite Delivery-Indefinite Quantity (IDIQ) contract with the U.S. Senate's Office of the Sergeant at Arms (SAA). The contract seeks vendors to provide moving services for IT security cabinets, shredding services for Senate State Offices, and emergency cleaning services in the DMV area. Proposals can be for one or all service categories and are expected year-round, with increased activity during election cycles. Vendors are required to adhere to strict timelines, provide comprehensive service specifications, and comply with cybersecurity and confidentiality regulations. Pricing will be established based on a specified table and contracts will be awarded through task orders, with a maximum ceiling of $1.5 million. The solicitation emphasizes the importance of service quality and includes provisions for inspection and acceptance of deliverables. Additionally, it contains clauses regarding the contractor's responsibility for compliance with applicable laws, including cybersecurity measures and protection of confidential data. This contract signifies the Senate's commitment to maintaining a secure and efficient operational environment while ensuring contractors meet specific performance standards.
The U.S. Senate Sergeant at Arms has issued a Past Performance Questionnaire (PPQ) as part of the source selection process for Request for Proposal (RFP) 2024-R-065, which encompasses contracts for IT Equipment Moving, State Office Shredding, and Emergency Bio-hazard Cleaning Services. The questionnaire aims to gather information on an offeror's past performance to inform the procurement decision. Offerors must provide information including their contract details, project descriptions, and contact information for references. The questionnaire assesses various dimensions of the contractor's past performance, including their ability to meet contractual requirements, manage projects effectively, deliver goods and services on schedule, and the quality of personnel. Performance codes such as "Very Good," "Satisfactory," and "Unsatisfactory" are utilized to evaluate contractor capabilities. Additionally, the form includes a section for further comments pertinent to contractor performance and asks if the reference would hire the contractor again. This systematic evaluation is critical for ensuring qualified vendors are selected for federal government contracts, ultimately supporting efficient and effective procurement practices.
Apr 1, 2025, 11:04 PM UTC
The government document outlines a series of Request for Proposals (RFPs) for various services, including IT Security Cabinets Moving Services, Shredding Services, and Emergency Cleaning Services. Each service is categorized into distinct Contract Line Item Numbers (CLINs) specifying labor categories, pricing structures—both time and materials and fixed prices—and estimated transportation costs. For IT Security Cabinets Moving Services, hourly labor rates are detailed for the base year and subsequent option years. The shredding services include secure on-site and off-site options, with firm fixed prices per office. Emergency cleaning services are presented with various categories, such as biohazardous cleanup and traditional cleaning, with a similar structure of labor pricing for multiple years. The document emphasizes transparency in pricing and offers a structured approach to the procurement of these essential services, ensuring compliance with federal guidelines while facilitating a competitive bidding process for interested contractors. This comprehensive RFP compilation aims to enhance operational efficiency and service delivery within federal and state agencies.
The U.S. Senate's Standard Operating Procedures for Cybersecurity, developed by the Sergeant at Arms, outline comprehensive policies to protect Senate information systems and networks. The document emphasizes securing unclassified systems, ensuring access control, and safeguarding sensitive information from unauthorized disclosure. Key responsibilities are assigned to the Chief Information Officer and individual Senate offices, placing the onus on users to implement security measures, including strict access protocols and incident reporting. The policy mandates compliance from all Senate personnel and contractors, with enforcement measures for violations. Specific guidelines relate to system administration, remote access, computer user habits, and incident response, incorporating best practices from U.S. Government cybersecurity standards, including NIST publications. The document serves as a framework for maintaining the integrity, confidentiality, and availability of Senate data, fostering a culture of cybersecurity readiness and awareness. This framework aligns with broader government initiatives for securing information technology systems, particularly within the context of federal RFPs and grants, ensuring that contractors adhere to stringent security requirements while managing Senate data and systems. Overall, the procedures underscore the Senate's commitment to maintaining robust cybersecurity as a vital element of its operational integrity and national security.
Apr 1, 2025, 11:04 PM UTC
The document presents an amendment to a solicitation for services issued by the Office of the Sergeant at Arms, United States Senate. The main purpose of this amendment is to revise specific terms related to the IT Security Cabinets Moving Services and Shredding Services. Key changes include the addition of a cabinet value, an updated description of the shredding services to include secure operations for various materials, and the introduction of incineration services for the destruction of wet documents. Furthermore, the deadline for submitting proposals has been revised to 12:00 Noon EDT on April 18, 2025, and all other terms remain unchanged. This amendment serves to clarify service requirements and ensure compliance with operational standards in the handling of sensitive materials within government operations, reflecting the procedural updates necessary for effective contract management.
Apr 1, 2025, 11:04 PM UTC
The Office of the Sergeant at Arms (SAA) is seeking a contractor to provide IT equipment moving services, specifically for secure transportation of IT security cabinets from Capitol Hill, Washington DC, to various Senate offices across all 50 states. The contractor must supply all necessary moving and packing materials, ensuring safe transit for cabinets measuring 45” wide, 74” high, and 31” deep, weighing approximately 300 lbs. Deliveries should occur within two weeks of a work order, with flexibility for non-continental states. Key deliverables include providing timelines and updates throughout the process, offering tracking information, safely offloading cabinets upon delivery, and obtaining a signature from a designated contact. The contract will last for one year, and pricing must align with Attachment J-02 of the Pricing Schedule. Proposals will be evaluated based on technical approach and pricing, with a single award made on a best value basis per RFP 2024-R-065. This request highlights the need for organized logistical support in governmental operations, underscoring the importance of secure transport for sensitive IT equipment.
Apr 1, 2025, 11:04 PM UTC
The Office of the Sergeant at Arms (SAA) is seeking a contractor to provide secure shredding services for documents and electronic media, including hard drives and thumb drives, for Senate offices across the United States. The contractor must offer on-site shredding, provide securely housed bins, and perform scheduled shredding services monthly. The ability to scale services during specific periods, such as office closures or elections, is also required. Key deliverables include the collection of materials for shredding, insured shipment tracking, and provision of destruction receipts. The performance period for this support operation contract will last one year from the award date. Proposals will be evaluated based on a technical approach and pricing, aiming for a “best value” award as stipulated in the RFP 2024-R-065. Interested contractors must submit fixed and variable pricing in accordance with the specified pricing schedule. This proposal emphasizes secure disposal processes that align with government standards for document confidentiality and data protection.
The Office of the Sergeant at Arms (SAA) is seeking a contractor to provide emergency cleaning services for Senate facilities in Washington DC, Landover, MD, and Manassas, VA. The contractor will be responsible for delivering necessary labor, supervision, cleaning products, and personal protective equipment (PPE). Key requirements include responding to service requests within two hours, as well as the safe removal and disposal of biohazardous waste and other materials. The performance period is set for one year from the contract award date. Contractors must submit time and material pricing as outlined in the pricing schedule. Proposals will be evaluated based on the technical approach and pricing, with a single award granted on a best value basis. This task order proposal request highlights the government's commitment to maintaining safe and sanitary conditions within its facilities, prioritizing responsiveness and compliance with health and safety regulations.
Similar Opportunities
Systems Engineering and Technical Assistance Multi-Award IDIQ
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking qualified contractors for a Multiple Award Indefinite Delivery-Indefinite Quantity (IDIQ) contract focused on Systems Engineering and Technical Assistance (SETA). The primary objectives include providing procurement assistance, acquisition planning, and operational support in areas such as information technology, telecommunications, and security operations. This contract is crucial for enhancing the Senate's technical capabilities and ensuring efficient operations, with a maximum ceiling of $1 million and no guaranteed minimum workload. Interested parties should submit their proposals by April 15, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
U.S. Senate Information Technology Support Contract (ITSC) V
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms (SAA), is seeking proposals for the Information Technology Support Contract (ITSC) V, aimed at outsourcing essential IT services across Senate offices in Washington, D.C., and all fifty states. The contract will provide comprehensive support for workstation and server hardware, software applications, help desk services, and maintenance, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a two-year base period and four optional one-year extensions, contingent on funding availability. This initiative is critical for enhancing the operational efficiency of the Senate's IT infrastructure, ensuring seamless support for legislative functions while adhering to strict security and quality assurance standards, including ISO/IEC 20000 certification. Interested contractors must submit their proposals by April 25, 2025, and can direct inquiries to Nicole Barnes at nicolebarnes@saa.senate.gov or by phone at 202-224-9321.
U.S. Senate Fleet & Transportation Management Solution & KeyTrack Solution
Buyer not available
The U.S. Senate, through the Office of the Sergeant at Arms (SAA), is seeking quotations for a Fleet & Transportation Management Solution and a KeyTrack Solution to enhance operational efficiency and security compliance within Senate operations. The procurement aims to modernize the management of a fleet of 65 vehicles, initially implementing GPS tracking on four vehicles and expanding to all, while integrating new systems to replace current reliance on Excel and Outlook. Interested vendors must submit their quotes by March 21, 2025, with a total contract performance period spanning from May 2025 to September 2029, and are required to comply with federal procurement standards, including Section 208 of the Legislative Branch Appropriations Act, 2020. For inquiries, contact Nicole Barnes at nicolebarnes@saa.senate.gov or call 202-224-9321.
Office of Senate Curator Research and Analysis Request for Information
Buyer not available
The United States Senate, through the Office of Senate Curator, is seeking information from qualified firms regarding the enhancement of the visitor experience in the Old Supreme Court Chamber (OSCC) located in the U.S. Capitol. The Request for Information (RFI) aims to assess market capabilities for a potential restoration of the OSCC, which is historically significant but currently faces challenges such as paint failure, humidity control, and inadequate lighting. Interested firms are required to demonstrate expertise in architectural restorations and historic furnishings, providing project proposals and examples of relevant past experiences. Responses to the RFI are due by May 2, 2025, and should be submitted via email to Holly McDonald at hollymcdonald@saa.senate.gov.
Class 5 Security Cabinets
Buyer not available
The General Services Administration (GSA) is seeking contractors to provide Class 5 Security Cabinets as outlined in solicitation 47QSSC-25-Q-1607. This procurement is specifically for items listed on the Federal Qualified Products List in accordance with Federal Specification AA-C-2786, emphasizing compliance with rigorous security and quality standards. These cabinets are crucial for secure storage in various government operations, ensuring the protection of sensitive materials. The estimated value of the contract is $5 million for a one-year period, with the possibility of multiple Blanket Purchase Agreements (BPAs) awarded, and interested vendors must submit their quotes electronically by the specified deadline to Cassandra L. Reed at cassandral.reed@gsa.gov.
SECURE ON-SITE DOCUMENT SHREDDING SERVICES, RECEPTACLES, AND RECYCLING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for secure on-site document shredding services, including the provision of receptacles and recycling solutions, at its Philadelphia facility. The contract aims to ensure the secure destruction of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII) through monthly shredding services and optional bulk shredding events over a five-year period, from May 2025 to May 2030. This procurement is critical for maintaining confidentiality and compliance with federal security regulations, emphasizing eco-friendly practices in document disposal. Interested small businesses must submit their proposals by April 8, 2025, and can direct inquiries to Jonathan Gallagher at jonathan.gallagher@dla.mil or Ena Morimoto at Ena.morimoto@dla.mil.
AOC MACC Onboarding
Buyer not available
The Architect of the Capitol (AOC) is seeking qualified contractors for the Multiple Award Construction Contract (MACC) Onboarding, aimed at providing a range of construction services within the United States Capitol Complex and surrounding sites. This procurement involves a competitive indefinite-delivery indefinite-quantity (IDIQ) contract, with work encompassing maintenance, repair, alteration, and historical preservation/restoration projects, among others, with a total maximum ceiling of $250 million and a guaranteed minimum contract of $1,000. The selected contractors will be onboarded during Option Year 4 of the existing MACC IDIQ, which is critical for maintaining the integrity and functionality of the Capitol facilities. Interested parties must submit their proposals by January 9, 2025, and can direct inquiries to Matthew Hutcherson at matthew.hutcherson@aoc.gov for further information.
Emergency Detention and Related Services Strategic Sourcing Vehicle
Buyer not available
The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is seeking proposals for an Emergency Detention and Related Services Strategic Sourcing Vehicle to enhance detention capabilities nationwide in response to a national emergency declaration at the Southern Border. The procurement aims to secure additional detention beds and related services, including facility operations, secure transportation, medical care, and legal assistance for detainees, in alignment with recent executive orders on immigration enforcement. This initiative is critical for managing increased immigration law enforcement efforts and ensuring compliance with established detention standards. Proposals are due by 2:00 PM EDT on April 7, 2025, with a total funding ceiling of $45 billion over multiple indefinite delivery/indefinite quantity (IDIQ) contracts, and interested parties can contact Sarah West at sarah.a.west@ice.dhs.gov for further information.
S299--Interior/Exterior Window Cleaning for VASNHS
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide semi-annual interior and exterior window cleaning services for the VA Southern Nevada Health Care System (VASNHS) in North Las Vegas, Nevada. The contract, valued at $22 million, will cover comprehensive cleaning tasks across various buildings, adhering to safety and operational protocols established by regulatory bodies such as OSHA and JCAHO. This procurement emphasizes the importance of maintaining facility standards while promoting opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested parties should contact Contract Specialist Timothy A. Smith at Timothy.Smith9de3@va.gov for further details, with the contract period running from May 19, 2025, to May 18, 2026, and including four optional renewal periods.
Janitorial Services at Mud Mountain Dam (MMD)
Buyer not available
The Department of Defense, specifically the Department of the Army through the W071 Endist Seattle office, is seeking qualified contractors to provide janitorial services at Mud Mountain Dam (MMD). The procurement aims to ensure the cleanliness and maintenance of the facility, which is crucial for operational efficiency and safety. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and interested parties should refer to Solicitation W912DW25Q0020 for detailed requirements. For further inquiries, potential bidders can contact Tam Huynh at tam.c.huynh@usace.army.mil or by phone at 206-764-6669, or reach out to Scotty Britt at SCOTT.W.BRITT@USACE.ARMY.MIL or 206-764-3517.