On-Site Shredding Services for Commander, Navy Region Hawaii (CNRH)
ID: N0060426Q4001Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR PEARL HARBORPEARL HARBOR, HI, 96860-4549, USA

NAICS

All Other Support Services (561990)

PSC

SUPPORT- ADMINISTRATIVE: PAPER SHREDDING (R614)

Set Aside

No Set aside used (NONE)
Timeline
    Description

    The Department of Defense, through the NAVSUP Fleet Logistics Center Pearl Harbor, is seeking qualified contractors to provide on-site shredding services for the Commander, Navy Region Hawaii (CNRH). The procurement involves the destruction of documents and non-paper media containing Protected Personal Information (PPI) in compliance with federal regulations, including the Privacy Act of 1974, and requires services to be performed bi-weekly at various locations within Joint Base Pearl Harbor-Hickam. This contract, which spans a base year and four option years from December 2025 to December 2030, emphasizes the importance of secure document destruction in safeguarding sensitive information. Interested parties must submit their quotes electronically by 10:00 AM HST on December 17, 2025, and can direct inquiries to Elisha Wallace-Enos at elisha.c.wallace-enos.civ@us.navy.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    This Performance Work Statement outlines the requirements for on-site shredding services for Commander Navy Region Hawaii (CNRH). The contractor will destroy documents and non-paper media containing Protected Personal Information (PPI) to render them unreadable and unreconstructable, adhering to the Privacy Act of 1974 and SECNAVINST 5211.5E. Services include shredding paper and non-paper media (CDs, DVDs), providing locked containers, removing and disposing of all shredded material according to federal and local regulations, and issuing a certificate of destruction after each visit. The services will be performed on a bi-weekly schedule at various locations within CNRH and Joint Base Pearl Harbor-Hickam. The contractor must have five years of experience in document destruction, comply with laws regarding inherently governmental functions, and ensure personnel obtain base access through the Defense Biometric Identification System (DBIDS). The period of performance includes a base year and four option years, from December 2025 to December 2030.
    The document outlines various government contracts, grants, and RFPs, detailing requirements and specifications across multiple sectors. It includes sections on infrastructure upgrades, hazardous material surveys, and general service provisions. Key areas covered involve mechanical, plumbing, and fire suppression systems, environmental assessments for asbestos and lead-based paint, and general procurement. The file emphasizes compliance with federal and local standards, safety protocols, and detailed project planning. It highlights the structured approach of government agencies in soliciting services, managing environmental risks, and modernizing facilities, indicating a broad range of operational needs from basic services to complex infrastructure projects.
    The document, FAR clause 52.212-3, outlines representations and certifications required from offerors for federal contracts involving commercial products and services. It details procedures for offerors to complete annual certifications through the System for Award Management (SAM) or by submitting specific paragraphs. The provision defines key terms such as Economically Disadvantaged Women-Owned Small Business (EDWOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and various other classifications relevant to small business programs. It also includes certifications regarding payments to influence federal transactions, compliance with Buy American and Trade Agreements acts, responsibility matters (e.g., debarment, felony convictions, delinquent taxes), prohibition on contracting with entities involved in forced child labor, Sudan's restricted business operations, inverted domestic corporations, and certain activities related to Iran. Additionally, it addresses representations concerning the place of manufacture, exemptions from Service Contract Labor Standards, Taxpayer Identification Numbers (TIN), ownership or control of the offeror, and the prohibition on using covered telecommunications equipment or services. An alternate paragraph also allows for further self-representation of disadvantaged status. These certifications ensure offerors meet federal contracting eligibility and compliance standards.
    This document outlines various clauses and provisions for federal government contracts, encompassing federal government RFPs, federal grants, and state and local RFPs. Key areas include prohibitions on certain telecommunications equipment and services (e.g., those from Huawei, ZTE, Kaspersky Lab, or ByteDance), safeguarding covered defense information, and compliance with whistleblower rights. The document also addresses payment instructions through the Wide Area WorkFlow (WAWF) system, options to extend contract terms, and preferences for HUBZone small business concerns. Contractors are required to make representations regarding their business operations, including those related to the Maduro regime and the Xinjiang Uyghur Autonomous Region, and to adhere to small business program rerepresentation requirements. Additionally, it covers environmental concerns like sustainable products and greenhouse gas emissions, labor standards such as convict labor and minimum wages, and restrictions on foreign purchases and unmanned aircraft systems. The clauses emphasize compliance with federal regulations and executive orders, ensuring transparency, ethical conduct, and national security in government procurements.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    R614--Shredding service Providence VAMC Providence RI
    Veterans Affairs, Department Of
    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.
    Scrap Disposal - Guam
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting proposals for a contract focused on scrap disposal operations in Guam. The selected contractor will be responsible for providing comprehensive services including scrap removal, demilitarization, mutilation, de-manufacturing, disposal, and recycling of various materials, ensuring compliance with environmental regulations and safety standards. This contract is particularly significant as it supports military installations in the Santa Rita region and may involve additional pickup locations as designated by the contracting officer. Proposals are due by 3:00 PM EST on January 15, 2026, and interested parties should direct their submissions and inquiries to Bradley Moehlig and Michael Mamaty via email.
    Custodial Services at Pohakuloa Training Area (Island of Hawaii, Hawaii)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified contractors to provide custodial services at the Pohakuloa Training Area located on the Island of Hawaii. The procurement involves comprehensive janitorial services, including cleaning restrooms and kitchens, trash removal, window cleaning, and floor maintenance, as outlined in the Performance Work Statement (PWS). This opportunity is crucial for maintaining the cleanliness and operational readiness of the training facility, which is situated in a unique geographical area between several volcanic mountains. Interested vendors must submit their capability statements and expressions of interest by July 31, 2025, at 08:00 a.m. Hawaii Pacific Standard Time, to Shirl Rivera at shirl.m.rivera.civ@army.mil. The anticipated contract start date is November 1, 2026, with a base period of one year and four additional option years.
    N0SSA FURNITURE REMOVAL
    Dept Of Defense
    The Department of Defense, through the Naval Sea Systems Command at the Naval Surface Warfare Center Indian Head Division, is soliciting quotes for furniture removal services under Request for Quote (RFQ) N0017426Q1010. The procurement involves the removal and disposal of 32 office cubicles and miscellaneous office furniture, with the requirement to complete the service within one week of contract award. This opportunity is particularly significant as it supports the efficient management of office space and resources within the Navy, with a total estimated award amount of $47,000,000. Interested vendors, particularly Women-Owned Small Businesses, must submit their quotes by 12 PM Eastern Time on December 22, 2025, and can contact Christina E. Simpson at christina.e.simpson.civ@us.navy.mil or 301-744-6627 for further details.
    INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS CIVIL PROJECTS AND OTHER PROJECTS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command, Pacific, is seeking qualified architect-engineer firms to provide a range of services for various civil projects under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract, valued at up to $200 million over a one-year base period with four option years, will encompass services such as site development, Military Construction documentation, design-build and design-bid-build documents, technical surveys, cost estimates, and post-construction award services. The procurement is unrestricted under NAICS Code 541330, and firms will be evaluated based on criteria including specialized experience, key personnel qualifications, past performance, and commitment to small business. Interested parties must submit a completed Standard Form SF 330 by January 8, 2026, at 2:00 p.m. Hawaii Standard Time, and can contact Shaun Bissen at shaun.m.bissen.civ@us.navy.mil or Ann Saki-Eli at ann.h.sakieli.civ@us.navy.mil for further information.
    R614--Secure Shredding Contract Overton Brooks VAMC Amend 1
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting 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 contract requires the provision of secure document destruction services, including the management of 160 shredding containers across multiple locations, with paper shredding scheduled bi-weekly and adherence to strict confidentiality and quality control protocols. This procurement is crucial for maintaining the security of sensitive information, and interested contractors must submit their offers by December 16, 2025, with technical questions due by December 9, 2025. For inquiries, contact T. Miller at t.miller@va.gov or call 713-791-1414 x229073.
    FY26 EAMC Medical Record Storage and Shredding Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking contractors for the FY26 EAMC Medical Record Storage and Shredding Services. The contractor will be responsible for the comprehensive management of medical records, including their pickup, storage, retrieval, re-filing, destruction, and shipping to Federal Records Centers, all while ensuring compliance with regulatory requirements for classified documents. This service is critical for maintaining the integrity and security of sensitive medical records, particularly given the 24-hour operational needs of the Dwight D. Eisenhower facility. Interested parties should note that the solicitation is expected to be posted around December 16, 2025, and can contact Sara Craig at sara.l.craig2.civ@health.mil or by phone at 254-285-6743 for further information.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES FOR MILCON AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC HAWAII
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Hawaii, is soliciting proposals for an Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline architect-engineer services. This procurement aims to engage highly qualified firms to provide design, engineering, specification writing, cost estimating, and related services for Military Construction (MILCON) and other projects, primarily in Hawaii but potentially worldwide. The contract encompasses a base period of one year, with four additional one-year options and a six-month extension, totaling a maximum fee of $200,000,000. Interested firms must submit their qualifications using Standard Form SF330 by December 17, 2025, and are encouraged to review the attached documents for detailed requirements and evaluation criteria, including specialized experience and commitment to small business participation. For further inquiries, contact Brittney Lazo at brittney.a.lazo.civ@us.navy.mil or Kris Nakashima-Wong at kris.e.nakashima-wong.civ@us.navy.mil.
    USS DEWEY DDG105 FY26 6C1 SRA(d) Bundle #5 Chief of Naval Operation Availability Yokosuka Japan
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Yokosuka, is soliciting proposals for the Chief of Naval Operation Availability (CNO) of the USS DEWEY (DDG-105) as part of its FY26 6C1 Selected Repair Availability (SRA(d)) Bundle 5. The procurement involves comprehensive ship repair and maintenance tasks, including twenty-two specific Task Group Instructions (TGIs) that encompass various overhaul, preservation, and replacement work on board the vessel. This contract is critical for ensuring the operational readiness and maintenance of naval assets, with the performance period scheduled from March 30, 2026, to September 7, 2026, at the Commander, Fleet Activities Yokosuka Naval Base. Interested contractors must submit their proposals by January 8, 2026, to Takayo Shiba at takayo.shiba.ln@us.navy.mil, and are encouraged to review the detailed requirements and specifications provided in the solicitation documents.
    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.