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
U.S. Senate Information Technology Support Contract (ITSC) V
Buyer not available
The United States Senate, through the Office of the Sergeant at Arms, 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 encompasses comprehensive support for workstation and server hardware, software applications, help desk services, and maintenance, structured as an Indefinite Delivery/Indefinite Quantity (IDIQ) agreement 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 high standards of service and security, 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.
S299--Interior/Exterior Window Cleaning for VASNHS
Buyer not available
The Department of Veterans Affairs is seeking qualified contractors to provide semiannual interior and exterior window cleaning services for the VA Southern Nevada Healthcare System (VASNHS). The contract, valued at approximately $22 million, will cover comprehensive cleaning tasks across multiple facilities, ensuring compliance with safety and operational standards set by regulatory bodies such as OSHA and JCAHO. This procurement not only emphasizes the importance of maintaining facility standards but also aims to support small businesses in the contracting process. Interested parties should note that the deadline for submitting offers is April 24, 2025, at 15:00 PDT, and they can direct inquiries to Contract Specialist Timothy A. Smith at Timothy.Smith9de3@va.gov.
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 through a solicitation numbered 47QSSC-25-Q-1607, with an estimated value of $5 million for a one-year period, including options for extension. Contractors must supply items listed on the Qualified Products List in accordance with Federal Specification AA-C-2786, ensuring compliance with rigorous security and quality standards. These cabinets are critical for secure storage solutions within federal operations, emphasizing the importance of reliability and adherence to established protocols. Interested vendors must submit their quotes electronically by April 17, 2025, at 3:00 PM CDT, and can direct inquiries to Cassandra L. Reed at cassandral.reed@gsa.gov.
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.
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 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.
GA ARNG On-Site Shredding Service
Buyer not available
The Department of Defense, through the Georgia Army National Guard, is soliciting 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 maintaining the confidentiality of 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 parties, 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.
Pacific District Document Shredding Services
Buyer not available
The Department of Veterans Affairs, specifically the National Cemetery Administration, is seeking proposals for document shredding services in the Pacific District through multiple Blanket Purchase Agreements (BPAs). The primary objective is to ensure secure on-site shredding of sensitive documents at designated locations, adhering to federal and state regulations while maintaining compliance with NIST standards. This service is crucial for protecting veterans' sensitive information and ensuring operational efficiency within the National Cemetery Administration. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by April 11, 2025, with the contract anticipated to commence on May 1, 2025, and run through April 30, 2030. For further inquiries, potential bidders can contact Brian Trahan at brian.trahan@va.gov.
Pentagon Classified Waste Destruction Facility (PCWDF) Operation, Maintenance and Repair Services
Buyer not available
The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified vendors for the operation, maintenance, and repair services of the Pentagon Classified Waste Destruction Facility (PCWDF). This Sources Sought Notice aims to identify potential contractors under NAICS code 562213, specifically those experienced in managing incinerators and ensuring compliance with Virginia's environmental regulations. The selected contractor will be responsible for routine operations, preventive maintenance, emergency repairs, and adherence to both original equipment manufacturer (OEM) standards and regulatory requirements, with the current contract expiring on August 31, 2025. Interested parties must submit their Capability Statements by May 1, 2025, at 2:00 p.m. Eastern time, and can contact Roya Sterner at roya.m.sterner.civ@mail.mil or Samra Yoseph at samra.y.yoseph.civ@mail.mil for further information.
Class 5 Security Cabinets
Buyer not available
The General Services Administration (GSA) is seeking qualified contractors to provide Class 5 Security Cabinets, as outlined in Solicitation Number 47QSSC-25-Q-1608. The procurement specifically requires items that are on the Qualified Products List in accordance with Federal Specification AA-C-2786, ensuring compliance with standards for resistance to unauthorized entry. These cabinets are essential for both military and civilian applications, emphasizing the importance of security in government operations. Interested vendors, particularly women-owned small businesses and other socio-economically disadvantaged entities, must submit their offers by April 17, 2025, at 3:00 PM CDT, and can contact Cassandra L. Reed at cassandral.reed@gsa.gov for further information.