ORA-2024-120488-Shredding Services For PHI-DO and Associated Resident Posts, for a base year (12 months) plus four (4) 12 (months) option years.
ID: FDA-RFQ-ORA-2024-120488Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

PSC

SUPPORT- ADMINISTRATIVE: OTHER (R699)
Timeline
  1. 1
    Posted Oct 9, 2023 12:44 AM
  2. 2
    Updated Oct 10, 2023 4:27 PM
  3. 3
    Due Oct 18, 2023 4:00 PM
Description

Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF FOOD AND DRUG ADMINISTRATION is seeking Shredding Services For PHI-DO and Associated Resident Posts in Philadelphia, PA (19106), USA. The service is required for a base year (12 months) plus four (4) 12 (months) option years. The primary contact for this procurement is Emmanuel T. Mbah (Emmanuel.mbah@fda.hhs.gov, 2404027598).

Point(s) of Contact
Similar Opportunities
Food and Drug Administration (FDA) Office of Clinical Pharmacology (OCP) – Multi-phase/Multi- site Clinical Studies and Laboratory Support Indefinite Delivery-Indefinite Quantity (IDIQ) Type Contract
Active
Health And Human Services, Department Of
Combined Synopsis/Solicitation HEALTH AND HUMAN SERVICES, DEPARTMENT OF Food and Drug Administration (FDA) Office of Clinical Pharmacology (OCP) – Multi-phase/Multi-site Clinical Studies and Laboratory Support Indefinite Delivery-Indefinite Quantity (IDIQ) Type Contract The Food and Drug Administration (FDA) Office of Clinical Pharmacology (OCP) is seeking a single award commercial services FDA IDIQ contract for multi-phase/multi-site clinical studies and laboratory support. This contract is set aside 100% for small businesses and falls under the research and development industry. The contractor will be responsible for conducting multiple Phase I clinical trials within a year and providing a full range of services to support the clinical trials and reporting of the results. The clinical trials must be carried out in compliance with all FDA regulations and International Council for Harmonization of Technical Requirements for Pharmaceuticals for Human Use (ICH) Good Clinical Practice (GCP) guidelines. Additionally, the contractor should be able to provide laboratory studies including bioanalytical/biomarker/omics support, such as determining drug concentration, anti-drug antibodies, and multiple pharmacodynamic biomarkers. The bioanalytical/biomarker work should be performed in a timely fashion and in compliance with FDA's Bioanalytical Method Validation Guidance. The contractor must have in-house capabilities in overall clinical operations support and clinical trial execution in healthy subjects or patients. They may also have in-house or subcontracting capability for bioanalytical/biomarker/omics analysis and laboratory support. The contract will be a single-award Indefinite Delivery-Indefinite Quantity (IDIQ) type contract with a 5-year ordering period. The minimum guarantee for this contract is $2,500, and the maximum aggregate dollar value of all task orders awarded over the 5-year period is $50,000,000. Interested offerors must be registered in SAM.gov and have completed representations and certifications. The solicitation will be competed in the open market. For more details, please refer to the complete synopsis/solicitation document.
On-Site Paper Receptacles and Shredding
Active
Dept Of Defense
Solicitation notice from the DEPT OF DEFENSE, specifically the DEFENSE INFORMATION SYSTEMS AGENCY (DISA), is seeking on-site paper receptacles and shredding services. These services are typically used for the disposal of Controlled Unclassified Information (CUI). The contractor will be responsible for providing 23 lockable receptacles to be dispersed throughout DISA Mechanicsburg facilities. Receptacles must be emptied every two weeks and materials must be shredded on-site and disposed of through recycling means. Interested contractors must submit a Document Access request. The place of performance for this procurement is Mechanicsburg, Pennsylvania, United States. For more information, contact John M. Ross at john.m.ross138.civ@mail.mil or Haylee Wheat at haylee.p.wheat.civ@mail.mil.
Classified Hardware Shredding in Support of the Integrated Test Force NAS Patuxent River MD
Active
Dept Of Defense
The Department of Defense seeks a contractor to provide classified hardware shredding services in support of the F-35 Integrated Test Force (ITF) at the Naval Air Station Patuxent River, Maryland. The primary objective is to ensure the secure disposal of classified hardware. ## Scope of Work The successful awardee will be responsible for collecting and shredding the specified classified hardware. This includes the following: - Collection and transportation of the hardware from the place of performance to the shredding facility. - Secure shredding services, ensuring the complete destruction of the hardware. - Provision of a certificate of destruction for each shredding event, detailing the date, time, and location. The period of performance is expected to run from August 15, 2024, to August 14, 2025, with four optional extension years. ## Eligibility Criteria Offerors for this contract should possess the necessary security clearances and access to perform the work at the specified location. A valid Cage Code and UEI number are required. ## Funding and Contract Details This firm-fixed-price contract is estimated to be valued between $250,000 and $500,000. Payment will be made through Wide Area Workflow (WAWF) with terms of NET 30. ## Submission Process This request for quote (RFQ) requires offerors to submit pricing information, including backup documentation, such as current catalogs or invoices, verifying the quoted prices. Interested parties should provide the following information: - Cage Code - UEI number - Payment terms - Pricing details, including any applicable price lists or explanations of pricing determination. All submissions must be received by [deadlines redacted]. ## Evaluation Criteria Submissions will be evaluated based on price and technical acceptability. The lowest-priced, technically acceptable offer will be selected. Technical acceptability will be determined based on the provision of sufficient technical documentation and literature. ## Contact Information For clarification or further information, interested parties can contact Shannon Canada by email at shannon.m.canada.civ@us.navy.mil. Offerors should carefully review the attached Solicitation N0042124Q0389 and relevant FAR provisions for full details and requirements.
WR AFB SHREDDING
Active
Dept Of Defense
The Department of Defense seeks quotes for a Firm Fixed-Price (FFP) Requirements Contract for shredding services at Warner Robins Air Force Base (AFB) in Georgia. The primary objective is to engage a contractor to provide lockable containers and monthly shredding services for paper and media containing sensitive information. ## Scope of Work The successful awardee will be responsible for the following key tasks: - Providing and maintaining 31 lockable containers across 22 facilities on Robins AFB and one off-site facility. - Emptying the containers and shredding the contents monthly, ensuring the secure destruction of the material. - Ensuring the placement and retrieval of the containers at designated locations within each facility, in coordination with the appropriate DLA or security representatives. - On-site shredding of the contents, ensuring that the information is difficult to recognize or reconstruct. ## Eligibility Criteria To be eligible for this opportunity, the contractor must possess the necessary experience and certifications to handle sensitive information. They should have a strong past performance record and be registered in the System for Award Management (SAM). ## Funding and Contract Details The total estimated funding for this contract is $75,000 to $100,000. The contract type is a FFP Requirements Contract with a 12-month base period and two 12-month option periods. Quotes must be valid for a minimum of 60 days. ## Submission Process Quotes for this opportunity must be submitted via email to kia.milindez@dla.mil by the deadline of August 26, 2024, at 12:00 PM EST. It is recommended that confirmations of receipt be requested prior to the submission deadline. No partial quotes will be accepted. ## Evaluation Criteria Quotes will be evaluated based on price and technical acceptance. The lowest-priced, technically acceptable offeror that meets the requirements outlined in the Statement of Work (SOW) and RFQ will be awarded the contract. ## Contact Information Inquiries should be directed to Kia J. Milindez at (804) 279-4903 or via email at kia.milindez@dla.mil. For any clarification or questions, contact her at least three working days prior to the closing date.
R614--MIA & WPB Shredding Shredding Services
Active
Veterans Affairs, Department Of
R614--MIA & WPB Shredding Shredding Services is a Combined Synopsis/Solicitation notice issued by the VETERANS AFFAIRS, DEPARTMENT OF. The notice is for the procurement of sensitive document/pill bottle destruction services at the Miami VA Medical Center in Miami, FL and the West Palm Beach VA Medical Center in West Palm Beach, FL. The services are required to ensure the secure destruction of sensitive documents and pill bottles. The procurement is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Interested contractors must be registered in the Vendor Information Pages (VIP) and the System for Award Management (SAM) to be eligible for the award. The contract will be a firm fixed-price contract with a base period of performance from August 5, 2024, through August 4, 2025, and four option years. The deadline for submitting quotes is July 29, 2024, by 4:00 PM EST. All questions and concerns regarding this procurement should be directed to the Contracting Officer.