Shredding Services SPK HQ - Sacramento
ID: W9123825QA0103Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW075 ENDIST SACRAMENTOSACRAMENTO, CA, 95814-2922, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- ADMINISTRATIVE: PAPER SHREDDING (R614)

Set Aside

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

    The Department of Defense, through the U.S. Army Corps of Engineers - Sacramento District, is seeking qualified contractors to provide on-site shredding services at the SPK HQ in Sacramento, California. The procurement includes labor, materials, and transportation for shredding services, requiring the contractor to supply thirty 95-gallon locked console bins and perform monthly service with additional on-demand pickups as needed. This contract, which spans one base year with four option years, emphasizes strict adherence to security protocols and performance metrics to ensure service quality. Interested bidders must submit their proposals by July 24, 2025, at 11:00 AM Pacific Daylight Time, and all inquiries should be directed to Luis Valencia or DeAnna L. Wagner via email.

    Point(s) of Contact
    Files
    Title
    Posted
    The U.S. Army Corps of Engineers - Sacramento District seeks a contractor for on-site shredding services, including labor, materials, and transportation, starting May 1, 2025. The contractor must provide thirty 95-gallon locked console bins, with a requirement for full monthly empties and additional flexibility for on-demand pickups. Services will be performed at the Sacramento District Office, with strict security measures in place for all contractor personnel, including training and escorted access. Invoices for service will be submitted monthly and include detailed records of services rendered. Contract performance will be reviewed through a Quality Assurance Surveillance Plan (QASP) to ensure compliance and effectiveness, with a performance assessment completed at the end of each evaluation period. The overall contract spans one base year with four option years, emphasizing adherence to security protocols and performance metrics to uphold service quality throughout the contract duration.
    The document outlines a set of questions and answers regarding a Request for Proposals (RFP) for shredding services at the SPK HQ. The main contractor is B&C Enterprises LLC, with a contract number GS-03F-015BA, valued at approximately $53,300 for the base period plus four option years. Key points include the clarification that console bins are for secure material collection and do not need to be shredders. Proposals must be submitted via email along with required documents like the SF 1449 form and pricing tables, while no site visit is scheduled. For the ten one-time pickups, bidders are instructed to provide pricing per pickup as a separate line item. Additionally, past performance won't be a consideration for this contract, with the sole evaluation criterion being price. Compliance documents like insurance proof and security vetting are to be submitted only after contract award. The document effectively serves as a guide for potential bidders, clarifying submission requirements, pricing structures, and evaluation criteria for the shredding services RFP.
    The document outlines a solicitation for on-site document shredding services from the U.S. Army Corps of Engineers for the Sacramento District. The contract includes various components such as the requisition number, contract number, pricing structure, and performance requirements. Service Code R614 categorizes the project, which will be based on a firm-fixed-price arrangement over a base year and multiple option years. The contractor must conform to the specifications provided in the Performance Work Statement (PWS). Notably, this acquisition is designated as a Women-Owned Small Business (WOSB) project, supporting federal initiatives to foster small business participation. Responsibilities encompass various compliance clauses, incorporating standard FAR and DFARS regulations underscoring the contractor's obligations regarding services, invoicing, inspection, and dispute resolution. The terms emphasize risk management, including notices of termination options for contract violations and compliance with laws, thereby ensuring the integrity and efficacy of government contracting practices. The procurement process highlights a commitment to both operational transparency and the empowerment of women-owned enterprises within federal contracting frameworks.
    The document serves as an amendment to a solicitation, specifically extending the quote due date for a government contract. Initially set for 15 July 2025, the deadline is now pushed to 24 July 2025 at 11:00 AM Pacific Daylight Time. The amendment outlines the processes for acknowledgment by bidders, stating that they must confirm receipt of the amendment or risk their offers being rejected. It also details changes made to the period of performance for certain contract line item numbers (CLINs), adjusting the start date to 07 August 2025 while maintaining the end date of 31 July 2026. Additionally, the document notes modifications to contract documents and page counts. Overall, all other terms and conditions of the original solicitation remain unchanged, while the amendment ensures contractors are informed of the adjusted deadlines and performance timelines.
    The U.S. Department of Labor's Wage and Hour Division has issued Wage Determination No. 2015-5631, Revision No. 23, outlining minimum wage rates for service contracts under the Service Contract Act (SCA) for California counties, including El Dorado, Placer, Sacramento, and Yolo. Contractors are required to pay covered workers minimum hourly wages of $17.75 for contracts initiated or renewed after January 30, 2022, or $13.30 for contracts awarded between January 1, 2015, and January 29, 2022, unless higher rates are specified. The document provides detailed wage rates and fringe benefits for various occupations, including administrative, automotive, health, technical, and service roles. Key provisions also address annual adjustments to wage rates, sick leave requirements under Executive Order 13706, and mandatory benefits like health and welfare, vacation, and holidays. The file also details compliance protocols for conforming unlisted job classifications and their wage rates to ensure adherence to SCA regulations. This wage determination is essential for both federal and state contractors, ensuring appropriate compensation aligns with labor laws and contracts linked to federal funding and grants.
    Lifecycle
    Title
    Type
    Similar Opportunities
    R614--Secure Shredding Contract at Overton Brooks VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for a Secure Shredding Contract at the Overton Brooks VA Medical Center in Shreveport, Louisiana, specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The contractor will be responsible for providing secure shredding services, including all necessary labor, equipment, and secure containers, in compliance with established guidelines for media sanitization and confidentiality. This contract is crucial for ensuring the secure destruction of sensitive documents, with a base period from January 18, 2026, to January 17, 2027, and four optional one-year extensions. Interested SDVOSBs must submit technical questions by December 9, 2025, and proposals by December 16, 2025, to T Miller, Contract Specialist, at t.miller@va.gov.
    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.
    Sacramento River Erosion Contract 3
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W075 Endist Sacramento office, is preparing to solicit bids for the Sacramento River Erosion Contract 3. This contract involves construction activities related to the erosion control of the Sacramento River East Levee, categorized under the NAICS code 237990 for Other Heavy and Civil Engineering Construction. The project is critical for maintaining the integrity of the levee system, which plays a vital role in flood risk management and environmental protection in the region. Interested contractors can reach out to Julie Maxwell at julie.maxwell@usace.army.mil or by phone at 916-557-7989, or Jennifer Wheelis at Jennifer.l.wheelis@usace.army.mil or 916-616-5987 for further details regarding the pre-solicitation notice.
    Refuse Collection and Disposal Services for USACE Kansas City District, Stockton Lake Project, Stockton, MO
    Buyer not available
    The U.S. Army Corps of Engineers, Kansas City District, is seeking contractors to provide refuse collection and disposal services for the Stockton Lake Project located in Stockton, Missouri. The contractor will be responsible for all aspects of refuse management, including the provision of personnel, equipment, and materials necessary for the collection and proper disposal of waste from various administrative and recreational areas, adhering to a specified collection schedule. This procurement is crucial for maintaining the cleanliness and safety of the project areas, with the contract structured as a firm-fixed-price agreement covering a base year and two option years. Interested parties must submit their quotes electronically by November 10, 2025, at 12:00 PM local time, to Angella Curran at angella.curran@usace.army.mil, and are encouraged to review the detailed solicitation documents for compliance with all submission requirements.
    R614--Shredding service Providence VAMC Providence RI
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to provide on-site document destruction and shredding services for the Providence VA Medical Center and its associated Community-Based Outpatient Clinics (CBOCs). The procurement requires secure destruction of sensitive, confidential, and medical records in compliance with VA Directive 6371, HIPAA, and Privacy Act regulations, including the provision of lockable 32-gallon containers and weekly shredding services. This initiative is crucial for maintaining data security and regulatory compliance in records management, with a total estimated contract value of $16.5 million over a base year and four option years, extending services until January 31, 2031. Interested parties should contact Jeffrey S. Fleming at jeffrey.fleming@va.gov for further details regarding the solicitation.
    Sacramento Valley National Cemetery Grounds Maintenance Services -- S208
    Buyer not available
    The Department of Veterans Affairs, through the National Cemetery Administration, is seeking proposals for grounds maintenance services at the Sacramento Valley National Cemetery in Dixon, California. The contract, which is set aside for Service-Disabled Veteran-Owned Small Businesses, encompasses a range of landscaping and groundskeeping tasks, including headstone care, turf maintenance, and irrigation system services, with a base period from July 1, 2025, to June 30, 2026, and four additional option years extending through June 30, 2030. This procurement is critical for maintaining the cemetery's solemn environment and ensuring the respectful upkeep of burial sites. Interested contractors must submit their proposals by January 7, 2026, and can contact Contract Specialist Brian Trahan at brian.trahan@va.gov for further information.
    FY26 San Francisco District Maintenance Dredging
    Buyer not available
    The U.S. Army Corps of Engineers, San Francisco District, is conducting a Sources Sought Synopsis/Request for Information (RFI) to identify potential sources for maintenance dredging services in various locations, including the San Joaquin River, Sacramento River, Oakland Harbor, and Richmond Harbor. The procurement aims to gather market research data to support future Invitation For Bids (IFB) contracts for dredging projects, with a focus on identifying qualified small businesses, including those that are HUBZone, Service-Disabled Veteran-Owned, Veteran-Owned, Certified 8(a), and Women-Owned. Interested parties are encouraged to submit their capabilities, experience, and relevant project examples by December 14, 2025, to the designated contacts, Logan Champlin and Mary Fronck, via email. The anticipated solicitation issuance dates for these projects are expected to range from April to July 2026, with a small business size standard set at $37 million under NAICS code 237990.
    FY26 - FY30 San Francisco District Market Research for Potential Beneficial Use Sites
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) San Francisco District, is conducting market research to identify potential sites for the beneficial reuse of dredged material, with an estimated volume of up to 2,000,000 cubic yards per year over the next five years. The procurement aims to secure locations capable of receiving dredged material from various projects, including the Sacramento and Stockton Deep Water Ship Channels, and may lead to multiple contracts awarded to private dredging companies. This initiative is crucial for managing sediment from significant dredging operations in the San Francisco Bay area, ensuring environmental compliance and effective resource utilization. Interested parties are invited to submit a capabilities statement by 2 PM PST on December 10, 2025, to Nairi Freeman at nairi.freeman@usace.army.mil, with further details available in the attached documentation.
    Justification for Exception to Fair Opportunity - Nationwide Shred
    Buyer not available
    The Department of Defense, specifically the Defense Counterintelligence and Security Agency, is seeking to justify an exception to the fair opportunity process for a nationwide shredding service. This procurement aims to secure administrative support for paper shredding, which is crucial for maintaining confidentiality and security of sensitive information. The opportunity underscores the importance of reliable shredding services in safeguarding national security interests. Interested parties can reach out to Lindsey Schuman at lindsey.d.schuman.civ@mail.mil or Russell Pollock at russell.m.pollock.ctr@mail.mil for further details regarding this procurement.
    Master Dumpster Blanket Agreement
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Dahlgren Division, is seeking proposals for a Blanket Purchase Agreement (BPA) for the rental of 30-yard construction waste dumpsters. Contractors are required to deliver up to 15 dumpsters within 24 hours of a BPA call and pick them up within 30 days or upon 24 hours' notice, with the first calls anticipated as early as January 1, 2026. This procurement is crucial for managing construction waste across multiple departments at NSWC Dahlgren, ensuring compliance with OSHA and EPA regulations. Interested vendors must submit their proposals by December 10, 2025, with an anticipated award date by December 31, 2025. For inquiries, contact Sharon Lathroum at sharon.lathroum@navy.mil or Amanda Marcella at amanda.marcella@navy.mil.