Security Engineered Machinery (SEM) Shredder Maintenance
ID: F2MTA65058A001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7037 AMIC DET 2SAN ANTONIO, TX, 78243-7091, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT (J074)
Timeline
    Description

    The Department of Defense, specifically the Air Force's AMIC Det 2, is seeking a qualified contractor for the maintenance of Security Engineered Machinery (SEM) shredders at Joint Base San Antonio – Lackland. The contract, which is a 100% small business set-aside, involves preventative maintenance services for a Model 1436/5 SEM disintegrator machine, including three maintenance visits from April 1, 2025, to March 31, 2026, and tasks such as knife sharpening, system lubrication, and electrical inspections. This maintenance is crucial for ensuring the longevity and safety compliance of the equipment used in classified document destruction. Interested vendors must submit their quotes by June 15, 2023, and can reach out to Gabby Torres at gabriela.torres.1@af.mil or Nancy Moreno at nancy.moreno@us.af.mil for further inquiries.

    Files
    Title
    Posted
    This document is a Request for Quote (RFQ) for SEM Shredder Maintenance and related materials, specifically intended for a sole source contract with Security Engineered Machinery. The maintenance services will span from April 2025 to March 2030, with specific deliverables outlined for each program year, including preventative maintenance services and filter tube changes. The North American Industry Classification System (NAICS) code is 811212, indicating a focus on maintenance services for commercial machinery. The RFQ stipulates that all quotes must be submitted by June 15, 2023, and must include necessary vendor information and pricing details. Key provisions and clauses governing the RFQ align with the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS), emphasizing requirements such as revealing tax liabilities and compliance with telecommunications restrictions. The evaluation for contract award will be based on the best value to the government, and all quotes must encompass the entire package requested. Interested vendors must be registered with the System for Award Management (SAM). For additional queries, the document outlines contacts for the contracting officer and a designated ombudsman, ensuring clarity and support during the quoting process.
    This document is a Request for Quote (RFQ) from AMIC Det 2/PKB at Lackland AFB, Texas, for maintenance services and materials for SEM shredders. The RFQ outlines a sole source requirement for Security Engineered Machinery in accordance with Federal Acquisition Regulations (FAR). The contract is structured as a Firm Fixed Price (FFP) with a performance period from April 1, 2025, to March 31, 2030, and includes options for extended maintenance in subsequent years. The key deliverables outline various quantities of on-site preventive maintenance, filter tube changes, and sets of filter tubes over the contract’s lifespan. Offerors must be registered in the System for Award Management (SAM) and provide a comprehensive quote by March 17, 2023. The award will be made based on best value to the government, emphasizing that responses must cover all quoted items to avoid disqualification. Additionally, the document specifies provisions included in the contract, along with payment and reporting instructions via Wide Area Workflow (WAWF). It underscores the importance of compliance with various FAR clauses regarding communication and contracting protocols, ensuring a streamlined process for maintenance services.
    The Statement of Work outlines the requirements for a non-personal services contract for the preventative maintenance of a Model 1436/5 Security Engineered Machinery (SEM) disintegrator machine at Joint Base San Antonio – Lackland. The scope includes three maintenance visits over a performance period from April 1, 2025, to March 31, 2026. The contractor is responsible for tasks involving the disintegrator and waste evacuation systems, as well as electrical inspections. Specific tasks include the removal, sharpening, and installation of knives, system lubrication, and thorough inspections to ensure optimal performance and safety. Furthermore, the contractor must manage the pickup and return of dull knives for sharpening, with the maintenance occurring at Lackland Air Force Base and sharpening at the contractor's Massachusetts facility. This document highlights the importance of adhering to safety protocols and using specialized equipment while emphasizing the need for trained personnel to prevent personal service perceptions and ensure efficient operations. Overall, this work promotes the machine's longevity and safety compliance in handling classified document destruction.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Laser Cutting Machine Preventive Maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide preventive maintenance services for laser cutting machines at the Corpus Christi Army Depot in Texas. The procurement requires adherence to a Performance Work Statement (PWS) that outlines the necessary maintenance tasks, including calibration, parts provision, and specific maintenance for components such as the resonator and turbo blower. These services are crucial for ensuring the operational efficiency and longevity of the equipment used in various defense applications. Interested contractors can reach out to Harold "Jay" Russell Jr. at harold.w.russell.civ@army.mil or 361-961-7831, or Jennifer Salyers at jennifer.l.salyers2.civ@army.mil for further details regarding the solicitation documentation.
    Document Shredding Services at Naval Hospital Beaufort, SC and Robins Air Force Base, GA
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is soliciting proposals for Document Shredding Services at Naval Hospital Beaufort, South Carolina, and Robins Air Force Base, Georgia. The contract requires the contractor to provide comprehensive services, including the secure collection, handling, on-site shredding, and recycling of sensitive documents, ensuring compliance with strict security measures and federal regulations. This procurement is particularly important for maintaining the confidentiality of sensitive information and is set aside for small businesses, with a total funding amount of $16,500,000 over a performance period from February 8, 2026, to August 7, 2031. Interested contractors must submit their proposals electronically by December 12, 2025, and can direct inquiries to Brittany Belsches at brittany.n.belsches.civ@health.mil or Andrew Pounds at andrew.j.pounds2.civ@health.mil.
    Fire Suppression Systems Maintenance Services for Joint Base San Antonio Fort Sam Houston
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for Fire Suppression Systems Maintenance Services at Joint Base San Antonio Fort Sam Houston. The contractor will be responsible for the inspection, testing, maintenance, and repair of fire suppression systems across multiple facilities, ensuring compliance with manufacturer specifications and NFPA standards. This contract is critical for maintaining safety and operational readiness, with an estimated total value of $12.5 million over a five-year period, from January 2026 to December 2030. Interested small businesses must submit their proposals by December 8, 2025, and can direct inquiries to Chad Olson at chad.olson.4@us.af.mil or Emily A. Rodriguez at emily.rodriguez.8@us.af.mil.
    SHREDDING SUPPORT SERVICES - Fort Lee, VA - KAHC
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for shredding support services at Fort Lee, Virginia, under solicitation number W91QF526QA001. The contract requires the contractor to provide bi-weekly shredding services for an estimated 49 boxes of sensitive documents, with an option for an additional 180 boxes annually, ensuring compliance with HIPAA and NIST standards for document destruction. This service is critical for safeguarding sensitive information and maintaining compliance with federal regulations. The total award amount for this contract is $16,500,000, with a base period starting in December 2025 and four additional option years. Interested parties can direct inquiries to Domonic Fitzpatrick at domonic.b.fitzpatrick.civ@army.mil or Heather B. Jarratt at heather.b.jarratt.civ@army.mil.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    49--DEMAGNETIZER
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 21 units of a demagnetizer, identified by NSN 4940017299637. This solicitation is part of a total small business set-aside under FAR 19.5, emphasizing the importance of supporting small enterprises in the defense sector. The demagnetizer is crucial for maintenance and repair operations, ensuring the reliability and functionality of various electronic components. Interested vendors must submit their quotes electronically, as hard copies will not be provided, and all inquiries should be directed to the buyer via the email address DibbsBSM@dla.mil. The deadline for delivery is set for 115 days after the award of the contract.
    Vertical storage unit repair and maintenance
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide repair and maintenance services for vertical storage units at the Letterkenny Army Depot in Chambersburg, Pennsylvania. The procurement includes a three-year contract for annual preventative maintenance and repair of seventeen vertical carousels and twenty-four vertical lift modules, with a total estimated value of $12,500,000. This contract is critical for ensuring the operational efficiency and longevity of the storage systems, adhering to OEM recommendations and safety standards. Interested parties must submit their quotes by December 9, 2025, and can contact Michael Pitone at michael.f.pitone.civ@army.mil or Lawrence Mark at lawrence.r.mark2.civ@army.mil for further details.
    DISHWASHER MACHINE LEASE AND MAINTENANCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP FLT LOG CTR PUGET SOUND, is soliciting proposals from Women-Owned Small Businesses (WOSB) for a firm, fixed-price lease agreement for a dishwashing machine, along with maintenance services, at the Naval Station Everett Galley. The contract will cover a base year from January 2026 to January 2027, with four additional 12-month option years extending through January 2031, and includes requirements for monthly preventive maintenance, 24-hour on-call service with a 2-hour response time, and on-site training. This procurement is critical for maintaining operational efficiency in food service operations, ensuring that the galley can meet its sanitation and service standards. Interested contractors should contact Jennifer Boyle at jennifer.l.boyle16.civ@us.navy.mil for further details, and must adhere to various security requirements and invoicing protocols as outlined in the solicitation posted on November 26, 2025.
    Dell EMC Data Domain Maintenance Renewal
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory, is seeking quotations for the renewal of maintenance services for Dell EMC Data Domain systems. This procurement specifically requires brand name hardware and software components, including DD6900 NFS CIFS controllers, DD DS60 shelves, and various I/O modules, along with associated software licenses for Cloud Tier, DD Boost, and DD Replication. The maintenance services are crucial for ensuring the operational integrity and support of the Data Domain systems, with coverage scheduled from January 1, 2026, to December 31, 2026. Interested small businesses must submit their quotations and documentation proving their status as authorized distributors by contacting Katrina Gallagher at katrina.t.gallagher.civ@us.navy.mil.
    Coordinate Measuring Machines
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the replacement of two Advanced Industrial Measurement Systems (AIMS) Metrology Coordinate Measuring Machines located at the Anniston Army Depot. This procurement falls under the category of Electronic and Precision Equipment Repair and Maintenance, highlighting the importance of precision measurement in military operations and equipment maintenance. The opportunity is set aside for small businesses, and interested parties can reach out to Johnny Stewart at johnny.stewart2.civ@army.mil or call 571-588-0971 for further details. The solicitation is part of a total small business set-aside under FAR 19.5, emphasizing the commitment to supporting small business participation in federal contracting.