Amendment 0001 to RFP 36C24825R0136 for document shredding services at the James A. Haley Veterans Hospital modifies the original solicitation. This amendment addresses RFI questions, revises the Performance Work Statement (PWS) regarding the types of materials to be shredded, container labeling requirements, and holiday service schedules. It also shortens the phase-in/phase-out plan submission from ten to five business days post-award. Additionally, the amendment incorporates updated PWS attachments for technical evaluation and submittals, new container lists, and a revised pricing schedule. The due date for proposals remains August 18, 2025, at 3:00 PM EST. Offerors must acknowledge Amendment 0001 by submitting a signed copy with their proposal.
The Department of Veterans Affairs (VA) is soliciting proposals for a Document Shredding Service through a combined synopsis/solicitation notice, identified as RFP# 36C24825R0136. The contract, structured as a Firm Fixed Price Indefinite Delivery Type, will cater to the James A. Haley Veterans Hospital in Tampa, FL. The contract encompasses a Base Period of one year, commencing on 09/16/2025, with four potential one-year options, extending to 09/15/2030.
This solicitation is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under the North American Industry Classification System (NAICS) code 561990. Proposals are to include all necessary resources for document collection, removal, and shredding. Key timelines include a site visit scheduled for 08/01/2025, a request for information due by 08/06/2025, and proposal responses required by 08/18/2025, all by 3 PM Eastern Time.
Interested parties must confirm site visit attendance via email, providing participant details, and all correspondence must address the listed point of contact, Kim Tucker. The notice is part of the VA’s ongoing commitment to responsible management and disposal of sensitive documents, ensuring compliance with federal guidelines and safeguarding veterans' information.
Amendment 0001 to RFP 36C24825R0136, issued by the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), modifies the solicitation for document shredding services. The amendment addresses several key areas: providing answers to RFI questions, implementing changes to the Performance Work Statement (PWS), incorporating an Excel-formatted PWS Container List, updating the PWS for document shredding, and revising Section B (Pricing Schedule). Significant PWS changes include removing requirements for non-paper media destruction, adjusting holiday service provisions, and refining container labeling requirements. The pricing schedule has been updated to reflect accurate quantities and weekly service calculations for 32, 64, and 95-gallon containers across JAHVAMC Campus and Off-Campus locations, for a base year and three option years. The RFP due date remains August 18, 2025, with an anticipated award date around September 1, 2025, and a start date of September 16, 2025.
The document provides a comprehensive container list for document shredding services at various off-campus locations and the James A. Haley Veterans' Hospital (JAHVAMC) in Tampa, FL. The list details departments, addresses, container types (EC-32, 64, 95, SJ), and shredding frequencies (every 2 weeks, weekly, monthly, twice weekly, or on-call). For JAHVAMC, the list is broken down by building, floor, and room number, specifying the type and quantity of shredding containers for each location. The off-campus locations primarily utilize EC-32, 64, and 95 containers, while JAHVAMC almost exclusively uses EC-32 containers. The document serves as a detailed inventory and schedule for secure document disposal across the various facilities.
The Performance Work Statement (PWS) outlines requirements for sensitive document and pill bottle shredding services for the James A. Haley Veterans Administration Medical Center (JAHVAMC) and its off-campus facilities. The contractor must provide all necessary labor, equipment, and supplies, performing all shredding on-site at government facilities, witnessed by a VA employee. All shredded material must be recycled. The contract is a Firm Fixed Price (FFP) Indefinite Quantity/Indefinite Delivery (IDIQ) type, with a one-year base period and four one-year options. Key requirements include providing lockable shredding bins, ensuring NAID certification or equivalent standards, and submitting a Certificate of Destruction Service Report (CDSR) after each service. The document details performance locations and hours, contractor personnel and management standards, safety requirements, and records management obligations, emphasizing the protection of VA sensitive information and compliance with federal regulations like HIPAA and the Privacy Act.
RFP #36C24825R0136, "Past Performance Questionnaire - Document Shredding Service," is an attachment to a federal government Request for Proposal (RFP). It provides a standardized questionnaire for offerors to send to their previous clients. The purpose is to gather verifiable past performance information directly from clients to assess an offeror's capability for document shredding services. The questionnaire defines adjectival ratings (Excellent, Good, Satisfactory, Marginal, Poor, No Rating) with detailed definitions for evaluating various aspects of a contractor's performance. These aspects include meeting quality standards, compliance with terms, quality of technical data, effectiveness of management, responsiveness, safety record, invoicing, and financial stability. The document emphasizes the offeror's responsibility to ensure correct contact information for references, as incorrect or unverifiable data may lead to a lower performance rating. Clients are instructed to return the completed questionnaire directly to the specified VA email address.
RFP #36C24825R0136, Section D - Attachment 3, outlines the VA's limitations on subcontracting for services, general construction, and special trade construction contracts, specifically for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). For services, contractors cannot pay more than 50% of the government-paid amount to non-certified SDVOSB/VOSB firms, excluding certain direct costs. General construction limits this to 85%, and special trade construction to 75%, with material costs excluded from subcontracting calculations in construction. The document stresses that any further subcontracting by a similarly situated SDVOSB/VOSB counts towards these limits. Offerors must certify compliance, acknowledging penalties for false certifications, including fines, debarment, and criminal prosecution. Contractors may be required to provide documentation to verify compliance, and failure to do so can result in remedial action. A formal, signed certification must be submitted with the offer for it to be considered eligible for award.
This government file is a Request for Proposal (RFP) from the Department of Veterans Affairs, Network Contracting Office 8 (NCO 8), for document shredding services. The solicitation, number 36C24825R0136, was issued on July 25, 2025, with offers due by August 18, 2025, at 3 PM EST. The contract is set aside for Small Businesses and is for document shredding services at the James A. Haley Veterans Hospital (JAHVAMC) Campus in Tampa, FL, and off-campus locations. The services include providing 32, 64, and 95-gallon containers with varying pick-up frequencies (once per week, twice per week, every two weeks, and once per month) for a base year (09/16/2025 to 09/15/2026) and four option years (through 09/15/2030). The NAICS code is 561990 (All Other Support Services) and the Product/Service Code is R614 (Support - Administrative: Paper Shredding). Invoices are to be submitted monthly, and the total award amount is $16.5 Million. Key dates include a site visit on August 1, 2025, and RFI due date of August 6, 2025.
The document outlines the Past Performance Questionnaire as part of the solicitation RFP #36C24825R0136 for Document Shredding Services. It instructs bidders to submit this questionnaire to previous clients for evaluation, emphasizing the accuracy of contact information to ensure valid assessments. The questionnaire includes sections for evaluators to provide detailed ratings on the contractor’s performance using a scale from Excellent (E) to Poor (P), covering aspects such as compliance, quality of work, management effectiveness, timely problem resolution, and safety. Evaluators must comment on the contractor's financial stability and any contract terminations. The key objective is to gauge the contractor's reliability based on past performance, which will impact their rating and potential selection for the contract. This comprehensive assessment assists the government in making informed decisions regarding contractor capabilities in the context of federal RFP processes.
The document outlines the limitations on subcontracting as part of the solicitation for Document Shredding Services under RFP #36C24825R0136, emphasizing compliance with 38 U.S.C. 8127. It specifies requirements for service contracts, general construction, and special trade contracts, detailing the maximum percentage of government payments that can be subcontracted to non-certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). For service contracts, the limit is set at 50%, for general construction at 85%, and for special trades at 75%. The offeror must certify compliance, understanding the legal implications of false representation and the potential for penalties. The document also mandates the provision of documentation to verify compliance with these subcontracting limits and outlines that failure to comply may lead to remedial actions. Successful submission requires complete certification to ensure eligibility for evaluation and award. This solicitation aims to bolster participation of small veteran-owned businesses and facilitate accountability in subcontracting practices within government contracts.
The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs for providing Document Shredding Services at the James A. Haley Veterans Hospital. The total award amount for the contract is $16.5 million, covering a primary contract period of one year with four additional option years for service continuation. The contractor is required to supply parts, materials, labor, and management to deliver services in compliance with the attached Performance Work Statement (PWS). Specific details include a variety of shredding container sizes (32, 64, and 95 gallons) with varying frequencies of service, including weekly, bi-weekly, and monthly pickups across designated locations. The point of contact is Kim Tucker, with specific timelines for site visits and proposal submissions clearly set forth. Furthermore, the document incorporates relevant federal acquisition regulations and requirements, ensuring adherence to economic inclusivity for small businesses, including specific set-asides for Veteran-owned firms. The overall intent is to ensure secure document disposal in a manner compliant with federal standards. This RFP represents an essential step in maintaining effective administrative operations within the healthcare facility while prioritizing confidentiality and regulatory compliance.