Electronic File System Disassembly, Removal, and Disposal
ID: W9124D25QA207Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT KNOXFORT KNOX, KY, 40121-5000, USA

NAICS

Process, Physical Distribution, and Logistics Consulting Services (541614)

PSC

SALVAGE- PREPARATION AND DISPOSAL OF EXCESS/SURPLUS PROPERTY (P100)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army, is soliciting proposals for the disassembly, removal, and disposal of electronic file systems at ten Military Entrance Processing Stations (MEPS) across the United States. The contract aims to ensure the secure and efficient management of obsolete electronic systems, with a focus on compliance with federal and state regulations regarding electronic waste disposal. This initiative is part of a broader effort to streamline operations within military facilities and promote opportunities for small businesses, particularly those owned by women. Interested contractors should contact Adam Buchert at adam.p.buchert.civ@army.mil for further details, including access to floor plans and system specifications, with proposals due by July 8, 2025, following an amendment to the solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The Anchorage MEPS floor plan outlines the spatial design and layout for the Military Entrance Processing Station (MEPS) in Anchorage. The document provides detailed information regarding the configuration of various functional areas, including reception, interview rooms, and medical evaluation spaces, ensuring that the facility adheres to necessary operational standards. Each area is strategically allocated to facilitate a smooth processing experience for enlistees and administrative staff. Additionally, the floor plan incorporates safety and accessibility considerations, aligning with both federal regulations and local building codes. This project is significant to the federal government's infrastructure improvement efforts, focusing on creating effective processing environments for military recruitment.
    The document appears to be a layout and informational sheet related to an infrastructure project involving multiple branches of the U.S. military, specifically the Army, Navy, and Marines. It includes various sections labeled with operational areas such as briefing rooms, supply areas, and exercise rooms, indicating a focus on facilities management and operational readiness. The presence of waiting areas for applicants and visitors suggests the facility supports recruitment or training functions. The file is structured with a series of identifiers and room designations, which likely correspond to different functional areas within the military installation. There is a reference to enlarged plans and existing photos, indicating that this document serves as a foundational element for further planning or construction activities in accordance with federal guidelines. Overall, the purpose of this file aligns with the federal government's RFPs and grants by providing essential planning information for military facilities, ensuring that they meet operational requirements and comply with safety standards. This document is part of broader efforts to enhance military infrastructure effectively.
    The document outlines a compilation of reference numbers related to various federal and state/local RFPs (Requests for Proposals), grants, and opportunities. While specific content and context are not provided, the aggregation of these reference numbers suggests a systematic cataloging of potential projects or funding initiatives that may be relevant to stakeholders within federal, state, and local government frameworks. The listings seem to highlight diverse areas for funding or proposals, possibly indicating ongoing or upcoming projects that require vendor input or collaborative partnerships. This document serves as a resource for organizations seeking to engage with government entities on proposed initiatives or financial support, underscoring an organized approach to managing public sector opportunities. The overall intent is to facilitate transparency and connection between government agencies and potential service providers or grant applicants.
    The document provides responses to industry questions regarding a federal Request for Proposal (RFP) for the removal of electronic filing systems at various Military Entrance Processing Stations (MEPS). It lists specific locations, quantities, model types, and serial numbers of the systems in question. Key clarifications include the measurement ranges for Kardex Lektriever Models, confirming these represent varying dimensions for model types specified. Additionally, it specifies that aesthetic repairs (like floor or wall restoration) will not be the contractor's responsibility, and that local building managers will handle such tasks. Access to elevators for contractors is confirmed, ensuring they can remove equipment from facilities situated above the first floor. The document underscores operational aspects of the RFP while clarifying responsibilities and logistical considerations for prospective contractors involved in this federal project. This reflects compliance and operational efficiency in government procurement processes.
    This document contains responses to industry questions regarding the electronic file system removal contract for the Military Entrance Processing Stations (MEPS). It provides specific details such as model and serial numbers of various filing systems across multiple locations, including Springfield, Lansing, Seattle, and Los Angeles MEPS. The dimensions of specific Kardex models are clarified, indicating ranges based on the model types. The document also addresses contractor responsibilities for workspace restoration after equipment removal, confirming that aesthetic repairs will be managed by local building managers. Access to elevators for systems located above the first floor is assured, and it clarifies the exact specifications of Seattle's filing system. This information is vital for contractors in preparation for bid submissions, ensuring they understand the project requirements and the operational context of removing obsolete filing systems in federal facilities. The overarching purpose is to facilitate the bidding process for the removal of filing systems while ensuring compliance with local regulations and logistical considerations.
    The Performance Work Statement (PWS) outlines a non-personal services contract for the United States Military Entrance Processing Command (USMEPCOM) aimed at the disassembly, removal, and disposal of 27 electronic filing systems located at 10 Military Entrance Processing Stations (MEPS). The contractor is responsible for providing all personnel, equipment, and supplies necessary to complete the tasks, adhering to federal, state, and local regulations regarding electronic waste disposal. Key objectives include the complete removal of existing systems and proper handling of cables and connectors, maintaining cleanliness throughout the project, and ensuring data security protocols are followed for sensitive electronic media. The contract specifies operational hours, security protocols for contractor personnel, and responsibilities such as safeguarding government property. Furthermore, the contractor must attend meetings to discuss performance and issues, appoint a contract manager, and ensure the workspace is returned to its original condition post-removal. The document also identifies technical specifications and locations for each filing system, as detailed in Technical Exhibit B, providing a comprehensive framework for the contractor’s deliverables in accordance with military standards. This effort reflects the government's commitment to efficient management of military resources and compliance with environmental guidelines.
    The Performance Work Statement (PWS) outlines a contract for the disassembly, removal, and disposal of 27 electronic file systems at 11 Military Entrance Processing Stations (MEPS) by the United States Military Entrance Processing Command. This non-personal services contract requires the contractor to provide all necessary resources, including personnel and equipment, to ensure the effective execution of the tasks. Key objectives include the complete disassembly, removal, and secure disposal of the electronic systems, along with proper handling of electronic waste according to federal and state regulations. The contract places emphasis on quality control and assurance with the government's oversight through a Quality Assurance Surveillance Plan (QASP). Various stipulations govern the contractor's operations, such as hours of work, security protocols for accessing military installations, and maintaining a safe and clean work environment. Compliance with applicable laws and regulations is mandatory, ensuring that all processes are environmentally sound. The defined scope emphasizes a strong commitment to maintaining high standards throughout the project, with performance expectations documented for continuous monitoring. This contract reflects the government’s intent to streamline electronic waste management while meeting operational efficiency within military processing facilities.
    The document appears to be a list of federal and state/local Request for Proposals (RFPs), federal grants, and associated references, indicated by a series of identification numbers. These numbers reflect various projects or funding opportunities related to government initiatives likely designed to enhance public services, infrastructure, or community development. The inclusion of specific codes, such as "1900," "1902," "1911," and others, suggests a systematic categorization, potentially representing different areas of focus or departments within the government. The structure is highly organized, with a clear emphasis on tracking and referencing various programs or requests. There appears to be a deadline noted as "6-24-2024," indicating when proposals or grants may be due. This document serves as a resource for stakeholders seeking funding opportunities or projects to engage with, ensuring they are aware of available resources and requirements for participation in governmental initiatives.
    The document outlines the layout and designated areas within a military testing and administrative facility, specifically related to services such as applicant processing for military branches including the Navy, Army, Marines, Air Force, and National Guard. Key sections include operational offices, testing rooms (like CAT ASVAB Test Room), applicant waiting areas, dining facilities, and medical examination rooms. It establishes various support functions, such as security screening, storage for tests and supplies, and designated locker facilities for male and female staff and applicants. By specifying the structure and organization of these spaces, the document serves to facilitate efficient operations and ensure adequate support for military recruitment and medical assessments. The structured design emphasizes the importance of organized space allocation for streamlined applicant processing and military readiness.
    The document outlines the layout and functional designations of various rooms within the Seattle Military Entrance Processing Station (MEPS). It includes a comprehensive list of rooms designated for specific purposes, such as liaison offices for the Navy, Army, Air Force, and National Guard, medical facilities for examinations and tests, as well as applicant waiting areas and restrooms. The structure indicates a focus on organizing space for both military personnel and applicants, with dedicated rooms for medical assessments, testing, storage, administrative tasks, and waiting areas. Additionally, there is mention of equipment storage, meeting and briefing rooms, which supports the operational efficiency of the MEPS. The document culminates with contact details for the agency, identifying it as part of USMEPCOM and denoting the specific address for further correspondence. The overall purpose emphasizes optimizing the facility's functionality while ensuring readiness for applicant processing and military operations.
    The document outlines the layout and designation of various offices and facilities within the 439th Air Wing at Westover Air Reserve Base, Chicopee, MA. It includes details on administrative, operational, and medical spaces, including liaison offices for the Navy, Coast Guard, Army, Air Force, and Marine Corps. The layout features key areas such as waiting rooms, briefing rooms, and medical exam spaces, alongside support facilities like dining areas, storage, and restrooms. The document appears to serve as part of a detailed reference for personnel navigating the facility, indicating an organized approach towards managing federal space for military operations. By illustrating the distribution of critical areas, it facilitates efficient workflow and operational readiness by providing clear guidance on the use of different spaces. The emphasis on functional zones suggests a structured environment to support military readiness and personnel needs at a local level.
    The document outlines a solicitation for the procurement of commercial services related to the disassembly, removal, and disposal of electronic file systems at multiple Military Entrance Processing Stations (MEPS) across various states. Under a contract valued at $20 million, the initiative is aimed at supporting women-owned small businesses (WOSBs) and includes specific performance work statements for each location. The items and services encompass ten jobs located in states such as Massachusetts, Michigan, and California, with a designated performance period spanning from July to September 2025. The solicitation also specifies contractual terms and conditions, including various Defense Federal Acquisition Regulation Supplement (DFARS) clauses, requirements for offer submission, evaluation criteria based on firm-fixed prices, and emphasizes adherence to Small Business Administration provisions. Additionally, it outlines the necessary representations and certifications required for bidders, including compliance with workplace safety and labor standards. This procurement aims to ensure that government operations regarding electronic file systems' management are efficient and secure, promoting opportunities for small and disadvantaged businesses in line with federal acquisition goals.
    The document outlines an amendment to a federal solicitation concerning the disassembly, removal, and disposal of electronic file systems at various Military Entrance Processing Stations (MEPS). The deadline for offers has been extended from June 23, 2025, to July 8, 2025. Key updates include the incorporation of revised wage determinations for several cities, the addition of a new contract line item for El Paso MEPS, and changes to the performance period for all contract line items from July 1, 2025, to September 30, 2025, now revised to July 14, 2025, through October 13, 2025. There are revisions in technical exhibits reflecting recent industry queries and changes in the specifications of the projects. The document stresses the importance of acknowledging amendments, the requirement for registration in the System for Award Management (SAM), and outlines the basis for award, emphasizing a simplified acquisition approach to contract selection based on the lowest responsible price. It serves as a formal communication of adjustments relevant to potential contractors, ensuring compliance, accuracy, and updated information necessary for submitting competitive offers.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Turkey Electronic Hazardous Waste
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the removal, transportation, and disposal of electronic hazardous waste generated at the Incirlik Air Base in Turkey. This procurement involves the environmentally responsible disposal of approximately 13,600 KG of electronic waste, including computers and smartphones, with strict adherence to Turkish, EU, and international environmental regulations. The contract will be a firm-fixed-price, indefinite delivery/indefinite quantity (IDIQ) agreement lasting 30 months, starting from January 1, 2026, and proposals are due by the specified deadline, with all inquiries directed to Annette Graham at Annette.Graham@dla.mil.
    HVF Precious Metals
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking a contractor for the destruction of classified information technology (IT) equipment under the contract FA9401-23-P-0031. The procurement focuses on the disposal of computers, servers, peripherals, and other items that have been in contact with U.S. Government classified information, requiring compliance with specific destruction standards. HVF Precious Materials has been identified as the sole contractor capable of fulfilling these requirements due to its approval by the Air Force Office of Special Investigation (AFOSI) and its proximity to Kirtland Air Force Base, which minimizes transportation costs and time for government personnel. Interested parties can reach out to Elizabeth Ongstad at elizabeth.ongstad@us.af.mil or Nathaniel Bovell at nathaniel.bovell@us.af.mil for further information.
    70--DISK DRIVE UNIT
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of 80 Disk Drive Units through NAVSUP Weapon Systems Support Mechanicsburg. This solicitation requires compliance with various quality and inspection standards, including MIL-STD-129 and ISO 9001, and emphasizes the importance of providing detailed procurement quotes, including CAGE codes and pricing, as well as adherence to specific packaging and marking requirements. The Disk Drive Units are critical components for military applications, and the contract is set to be awarded bilaterally, necessitating the contractor's written acceptance prior to execution. Interested vendors must submit their proposals by December 17, 2025, and can direct inquiries to Rachel Snyder at RACHEL.E.SNYDER@NAVY.MIL.
    RDT&E Tech Refresh
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command (NAVSEA), is soliciting bids for the procurement of laptops, workstations, and portable hard drives, specifically aimed at supporting CODE 60 Logistics for scanning hardware and IT equipment. This opportunity, valued at $34,000,000, is set aside for Women-Owned Small Businesses (WOSB) and includes requirements for high-performance computing equipment, such as gaming laptops and robust workstations with advanced specifications. The procurement emphasizes compliance with federal acquisition regulations, including software security and accessibility standards, with deliveries expected by December 19, 2025. Interested vendors should contact Stefan Kitzinger at stefan.b.kitzinger.civ@us.navy.mil and submit their proposals by December 17, 2025.
    70--MEMORY UNIT,DATA ST, IN REPAIR/MODIFICATION OF
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is soliciting proposals for the repair and modification of memory units under the contract titled "70--MEMORY UNIT, DATA ST, IN REPAIR/MODIFICATION OF." Contractors are required to submit quotes that include firm-fixed price or time-and-materials pricing, along with estimated costs for the repair of the specified items. This procurement is critical for maintaining operational readiness and ensuring the functionality of essential military equipment. Interested contractors should direct inquiries to Michael J. Brown at 215-697-3765 or via email at MICHAEL.J.BROWN1069.CIV@US.NAVY.MIL, with proposals expected to reference the required repair turnaround time and any capacity constraints.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is seeking qualified contractors for the Harrisburg Site Cleanup project in Pennsylvania. The procurement involves debris removal and mutilation services at the DLA DS Susquehanna site, with the objective of restoring a former scrap yard to its original condition within three months of contract award. Contractors will be responsible for the systematic removal, shredding, and disposal of all scrap materials, ensuring compliance with all applicable regulations, while retaining any revenue from recycled materials. Interested parties must submit their quotes by 1:00 p.m. Eastern Standard Time on the specified date, and can reach out to Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further inquiries.
    Solid Waste Management/Refuse & Recycling
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command at Aberdeen Proving Ground (APG), is seeking potential sources for solid waste management services, including refuse and recycling, at multiple government locations in Maryland. The contractor will be responsible for scheduled solid waste collection, diversion, disposal, maintenance of collection stations, and support for special events, while excluding hazardous and medical waste. This procurement is crucial for maintaining compliance with federal, state, and local regulations regarding waste management operations. Interested vendors must submit their capability statements and qualifications by December 23, 2025, at 3:00 PM Eastern Time, to the designated contacts, Nicole Sutton and Donna Poteat, via email.
    Medical Waste Disposal Services (ELP)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking proposals for Medical Waste Disposal Services for the El Paso VA Health Care System and its associated Community-Based Outpatient Clinics (CBOCs). This procurement aims to secure a firm-fixed price contract for the collection and disposal of regulated medical and pharmaceutical waste, including chemotherapy waste, while ensuring compliance with federal, state, and local regulations. The contract will span a base year with four option years, running from March 2026 to February 2031, highlighting the critical need for safe and compliant waste management services in healthcare settings. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their proposals by January 9, 2026, with questions directed to Marcellus Jackson at marcellus.jackson@va.gov by December 23, 2025.
    J059 - Shore Equipment Installation and Maintenance Management Program (SEIMMP)
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking proposals for the Shore Equipment Installation and Maintenance Management Program (SEIMMP) under solicitation number N0018926R0001. This procurement aims to secure contractor support services for the engineering, installation, and maintenance of electronic systems and equipment, primarily in support of Fleet Cyber Command/Commander U.S. 10th Fleet (FCC/C10F) and related IT mission requirements. The contract will cover a five-year period with an option for a six-month extension, focusing on various Navy and non-Navy installations across the continental United States and overseas, with key performance locations including Fort Meade, MD, Chesapeake, VA, and Oahu, HI. Interested vendors must submit their proposals by January 6, 2026, and can direct inquiries to Ethan Othersen or Jacob Gephart via their provided email addresses.
    Regulated Medical Waste Services
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Health Care Activity, is seeking sources for Regulated Medical Waste (RMW) disposal services to support military medical treatment facilities across the United States, Guam, and Puerto Rico. The procurement aims to identify qualified contractors capable of providing comprehensive RMW removal, transportation, and disposal services, adhering to federal, state, and local regulations, including those for hazardous waste. This initiative is crucial for maintaining health and safety standards within military healthcare environments, ensuring proper handling of potentially infectious materials. Interested parties must submit their capability statements, along with the required Market Research Questionnaire and Experience Reporting Form, to the designated contacts by the specified deadlines, with the contract anticipated to be awarded as a firm fixed price agreement commencing on January 31, 2027.