Mail Screening
ID: 612571295Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DEFENSE INFORMATION SYSTEMS AGENCYFORT MEADE, MD, 20755-0549, USA

NAICS

Facilities Support Services (561210)

PSC

SUPPORT- MANAGEMENT: OTHER (R799)

Set Aside

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

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for a contract to provide mail screening services, specifically focusing on x-ray and Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) screening functions. The contractor will be responsible for daily mail pickups from major carriers, conducting thorough screenings, and ensuring the secure handling of potentially classified materials, with personnel required to hold at least a Secret clearance. This procurement is a 100% small business set-aside, with a Firm Fixed Price contract anticipated to span from March 3, 2025, to March 2, 2030. Interested parties must submit their proposals via email by February 14, 2025, and can contact Sarah Thacker at sarah.a.thacker2.civ@mail.mil or Benjamin Cummings at benjamin.cummings6.civ@mail.mil for further information.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines a contract for providing mail screening and delivery services to the Defense Information Systems Agency (DISA) for fiscal years 2020-2024. The contractor is to perform daily pickups of mail and packages from USPS, UPS, and FedEx, conduct offsite x-ray and Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) screenings, and ensure accountability for all processed items. Enhanced security measures are mandated due to the potential classification of mail contents, requiring personnel to have at least a Secret clearance. The contract stipulates specific tasks including securing a screening facility, providing the necessary equipment, and maintaining comprehensive reporting of activities. Objectives focus on preventing hazardous items from reaching DISA through robust screening processes aligned with the GSA Mail Center Security Guide. Compliance with security and performance standards is critical; the contractor must address issues promptly and maintain communication with government personnel. Additionally, the PWS includes rigorous security requirements for contractor employees, emphasizing the need for non-disclosure agreements and thorough investigation processes. Overall, this document reflects the government's commitment to ensuring personnel and operational safety through meticulous mail handling procedures.
    The document in question is inaccessible due to a technical issue with displaying PDF content. As a result, the essential information, including the main topic and supporting details pertaining to federal RFPs, federal grants, and state/local RFPs, cannot be extracted or summarized. Without specific content to analyze, it is impossible to identify, summarize, or present the key ideas or central themes contained within the document. Therefore, no summary can be provided at this time until the proper content can be accessed and read. It is advisable to ensure the document is in a compatible format for improvement or to seek alternative means of reviewing its content.
    The Defense Information Systems Agency (DISA) Proposal Template serves as a guidance tool for contractors responding to government Requests for Proposals (RFPs) and Request for Quotations (RFQs). The template outlines requirements for Offerors, emphasizing the importance of compliance with federal regulations and accurate price tracking through the provided cost/price template. It details the necessity of completing the Contract Line Item Number (CLIN) Summary, ensuring traceability between proposed pricing and supporting documentation. Key instructions include filling out the CLIN Summary, incorporating formulas in spreadsheets, and excluding "pricing notes" from proposals. Additional rows or tabs can be added as needed for clarity. The summary also contains sections for contractor identification information, contract vehicle details, and a breakdown of pricing across base and option periods. This document is critical for facilitating structured proposals and ensuring transparency and accountability in government contracting, reflecting the need for precise and verifiable pricing in federal procurement processes.
    The Defense Information Systems Agency (DISA) has issued a proposal template designed to guide Offerors in submitting bids for government contracts, particularly focused on pricing and compliance with federal regulations. The template outlines the essential components required for the proposal, including a CLIN Summary to facilitate cost tracking and price evaluation. Offerors must ensure that all calculations are accurate and provide supporting documentation as needed. The template includes sections for both base and option periods, detailing labor categories, pricing structures, and proposed labor hours. Moreover, it emphasizes the prohibition of pricing notes within the document and allows for additional tabs or rows if necessary. The intent of the template is to standardize proposals and enhance traceability of pricing, reinforcing the government’s commitment to transparent procurement practices. Overall, the document serves as a comprehensive guide to aid in the preparation of competitive and compliant proposals for DISA contracts.
    This government document outlines provisions and clauses relevant to federal RFPs, particularly in relation to security, compliance, and contractor responsibilities. Key provisions include the necessity for Offerors to provide representations regarding supply chain security, telecommunications, and the employment of individuals associated with specific foreign regimes. Furthermore, it emphasizes the requirement for Offerors to register in the System for Award Management (SAM) to ensure eligibility for contracts, detailing the necessary information for registration. Several clauses focus on contractor ethical compliance, tax implications for foreign procurements, and the prohibition of certain telecommunications and defense telecommunications equipment. Additionally, Offerors must develop crisis response plans to maintain essential contractor services and must provide details on the use of cloud computing within their proposed projects. The document serves to ensure that procurement processes align with legal and security standards while safeguarding U.S. interests in complex contracting environments. Its structure methodically presents mandatory representations, detailed definitions, and the implications of non-compliance, aiming to ensure transparency and accountability within government contracts.
    The document outlines the requirements for providing Mission-Essential Contractor Services in support of the Department of Defense (DoD) under the Defense Federal Acquisition Regulation Supplement (DFARS). It specifies that contractors must present a plan detailing how they will maintain essential services critical to mission-related functions. These essential services encompass support for vital military systems, including naval operations and base support activities, as well as similar services provided to international military clients. It emphasizes that failure to deliver these services could significantly disrupt the DoD's operational capabilities. Thus, the focus is on ensuring uninterrupted service to fulfill essential organizational activities crucial for accomplishing DoD missions. The document serves as a directive for contractors to ensure compliance with the stated regulations and maintain operational readiness.
    The document outlines a Request for Proposal (RFP) #612571295 for mail screening services, set as a 100% small business set-aside within the federal procurement framework. It details the need for a contractor to conduct x-ray and CBRNE (Chemical, Biological, Radiological, Nuclear, and Explosives) screenings at an off-site facility, emphasizing the provision of necessary personnel, equipment, and a secure environment for classified materials. Proposals must be submitted by February 13, 2025, via email, and must adhere to strict formatting and content guidelines, including a requirement to hold a minimum of a SECRET clearance for personnel. The evaluation criteria prioritize technical management, price reasonableness, security clearance, compliance with Section 508 accessibility standards, and a mission essential plan. The contract is anticipated to be a Firm Fixed Price type, covering a base performance period from March 3, 2025, to March 2, 2030, with four optional extensions. Offerors must comply with federal regulations, including the requirement for registration in the System for Award Management (SAM). The RFP aims to ensure efficient and secure mail operations for DISA, reflecting the government's commitment to small business involvement and thorough risk mitigation in federal contracts.
    The document outlines a Request for Proposal (RFP) #612571295 for mail screening services, specifically x-ray and CBRNE screening at an off-site facility. This procurement is a 100% small business set-aside and seeks a Firm Fixed Price (FFP) contract. The relevant NAICS code is 561210 for Facilities Support Services. Proposals must be emailed to designated contracting officers by February 14, 2025. The contract duration is five years, from March 3, 2025, to March 2, 2030. Offerors must possess necessary clearances and are evaluated based on several criteria, including technical management, price, security clearance levels, a 508 Plan, and a Mission Essential Plan. The proposal must demonstrate the ability to meet specific delivery schedules and requirements for personnel and facilities. Past performance and compliance with federal regulations are also considered. Key attachments include a Performance Work Statement (PWS), a DD254 form, and a CLIN Pricing Worksheet. The file emphasizes strict adherence to proposals' formats and deadlines, highlighting the government’s right to award based on the initial proposal without discussions. This RFP is part of standard governmental procurement practices aimed at ensuring security and efficiency in handling sensitive mail and packages.
    The document outlines Request for Proposal (RFP) #612571295 for a contract to provide mail screening services, including x-ray and CBRNE functions at an off-site facility for the Mail Distribution Branch of the Defense Information Systems Agency (DISA). It is designated as a 100% small business set-aside, with a Firm Fixed Price (FFP) contract expected. Proposals are to be submitted by February 14, 2025, with key factors for evaluation including technical capabilities, price, security clearance levels, 508 compliance, and mission essential plans. Offerors must demonstrate proficiency in timely mail handling and possess required security clearances. The RFP emphasizes the importance of adhering to specified formats and deadlines, with potential amendments and details accessible through SAM.gov. The evaluation process seeks the lowest priced, technically acceptable offer while ensuring that all proposals meet comprehensive compliance and operational standards. The contract period is estimated from March 3, 2025, to March 2, 2030, incorporating base and option periods. Attachments provide further details on performance requirements and conditions necessary for award determination.
    The government document outlines Request for Proposal (RFP) #612571295 for commercial mail screening services, specifically x-ray and CBRNE screening functions. The solicitation is a 100% small business set-aside, aiming for a Firm Fixed Price (FFP) contract with a period of performance from March 3, 2025, to March 2, 2030. Proposals must be submitted via email by February 18, 2025, including necessary attachments such as the DD254 form and relevant FAR/DFARS clauses. Key evaluation criteria include technical/management capabilities, pricing, security clearance, and the provision of a 508 compliance plan and Mission Essential Plan. Proposals will be rated as Acceptable or Unacceptable based on these factors, with an emphasis on meeting stringent delivery timeframes and security requirements. The document serves as a critical reference for potential contractors to understand submission guidelines and requirements for providing mail screening services. It reinforces the government’s commitment to security and operational effectiveness, ensuring that all proposals are compliant with federal regulation standards before awarding the contract.
    The document outlines Request for Proposal (RFP) #612571295 for mail screening services, specifically focusing on x-ray and CBRNE screening functions at an off-site facility. The procurement is set as a 100% small business set-aside with a Firm Fixed Price contract type. Proposals must be submitted via email by February 12, 2025, and the estimated performance period runs from March 3, 2025, to March 2, 2030. Key requirements include daily mail collection from major carriers, screening for chemical, biological, radiological, nuclear, and explosive threats, and a personnel security clearance of at least SECRET. Proposals will be evaluated based on several factors, including technical/management capabilities, pricing, security clearance level, compliance with Section 508, and a Mission Essential Plan. Offerors must be registered in the System for Award Management (SAM) and adhere to specific clauses under FAR relating to commercial items. The document emphasizes the need for accuracy in proposals, detailing submission requirements, evaluation criteria, and necessary certifications, reflecting the government's focus on efficient procurement processes and compliance standards.
    The document addresses the solicitation #612571295 related to mail screening at Fort Meade base for the Defense Information Systems Agency (DISA). It responds to various inquiries regarding mail volume and screening requirements. The base handles an average of 40 letters and 30 packages daily, with no additional drug screening for items like Fentanyl beyond the outlined requirements. The offered facility must be capable of storing classified material only if necessary due to delays in delivery, requiring minimal overnight space. Furthermore, pricing proposal requirements are discussed, indicating that all costs, including non-labor elements, should not be bundled into the hourly rate. The government emphasizes a fixed price proposal for the year with options, while allowing for a flexible pricing structure to document how costs are derived. Key points focus on ensuring compliance with delivery requirements, cost transparency, and the proper handling of classified materials. This document is essential for potential offerors in understanding the specific conditions and requirements for bidding on the contract.
    This document pertains to Solicitation #612571295, focusing on mail screening requirements for the Fort Meade base. It addresses inquiries regarding the volume of mail processed and specific screening protocols. The average daily mail load is low, consisting of approximately 40 letters and 30 packages. Additionally, it clarifies that the Defense Information Systems Agency (DISA) Headquarters does not require screening for certain drugs, including Fentanyl, beyond the specified parameters in the Performance Work Statement (PWS). The responses indicate clear expectations regarding mail screening, ensuring that bidders understand the volume and the limitations of screening requirements. Overall, this document is critical for potential contractors to gauge the scale of the mail handling operation and the mandated safety protocols involved.
    The Defense Information Systems Agency (DISA) has issued a Sources Sought Notice to identify small businesses capable of providing mail screening services to enhance security at DISA Headquarters. The updated requirement involves establishing a process for screening mail for Chemical, Biological, Radiological, Nuclear, and Explosive (CBRNE) threats before it enters DISA’s facility. The anticipated performance period is from February 1, 2025, to January 31, 2028. Key responsibilities include daily pickups from UPS and FedEx locations, offsite screening at a contractor's facility, and secure delivery of cleared mail back to DISA HQ. Contractors must possess a facility clearance and ensure personnel have at least a SECRET security clearance. The document calls for responses that demonstrate the company’s qualifications and capability to undertake the required services while promoting small business participation. Interested businesses are instructed to submit their responses via email by January 17, 2025, emphasizing the need for clarity in proprietary information. This notice serves as a preliminary information-gathering tool and does not commit the government to any contract obligations.
    The Defense Information Systems Agency (DISA) is issuing a Sources Sought Notice to identify small businesses that can provide mail screening services for its Mail Distribution Branch. The goal is to enhance security by screening mail for Chemical, Biological, Radiological, Nuclear, and Explosive (CBRNE) threats before it enters DISA headquarters. The anticipated contract duration is from February 1, 2025, to January 31, 2028, with tasks including daily mail pickup from specified FedEx and UPS locations, off-site screening, and delivery of cleared mail to DISA headquarters. Participants must hold a Secret clearance and meet specific capabilities regarding the screening process. In addition, the document urges potential contractors to elaborate on their qualifications, any joint ventures, and relevant federal contract vehicles in their responses. This notice is purely for informational purposes and does not obligate the government to issue a contract. Interested businesses must submit a five-page capabilities statement by January 17, 2025, highlighting their ability to meet the outlined requirements while ensuring that proprietary information is marked accordingly for proper handling.
    Lifecycle
    Title
    Type
    Mail Screening
    Currently viewing
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    Mobile X-Ray Inspection Vehicles
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection (CBP), is seeking information from potential vendors regarding the acquisition of Mobile X-Ray Inspection Vehicles for its Small-Scale Non-Intrusive Inspection (NII) Program. The procurement aims to gather capabilities from vendors to supply up to 128 vehicles equipped with advanced X-ray systems, which are essential for inspecting cargo at U.S. points of entry while adhering to safety regulations set by the Nuclear Regulatory Commission. This Request for Information (RFI) serves to collect vendor documentation demonstrating their ability to meet detailed specifications, including vehicle design and operational features, with responses due by March 14, 2025. Interested parties can direct inquiries to Aga Frys at aga.frys@cbp.dhs.gov.
    Mail and Distribution Management Services
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking qualified vendors to provide Mail and Distribution Management Services in Natick, Massachusetts. This procurement aims to enhance the efficiency and effectiveness of mail and distribution operations, which are critical for supporting military personnel and operations. Interested parties can reach out to primary contact Kaylie Silva at kaylie.j.silva.civ@army.mil or by phone at 520-692-1439, or secondary contact Lyndon Jagroop at lyndon.s.jagroop.civ@army.mil or 347-676-8382 for further details. This opportunity is categorized under the NAICS code 491110 and PSC code R604, indicating a focus on postal services and administrative support.
    eCommerce Doorstep Delivery Service
    Buyer not available
    The Defense Commissary Agency (DECA) is seeking proposals for an eCommerce Doorstep Delivery Service to enhance the delivery of commissary supplies to various military bases across the United States. This solicitation, identified as HQC00525R0004, requires contractors to provide delivery services in compliance with federal regulations, including the Federal Acquisition Regulation (FAR), and emphasizes the inclusion of small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women. The contract will cover a base year with several option years, running from May 1, 2025, to April 30, 2030, and includes detailed requirements for delivery schedules, pricing structures, and operational logistics to support military supply chain efficiency. Interested parties must submit their proposals by March 31, 2025, and can contact Ronald Mosley at ronald.mosley@deca.mil or Kristine Castelow at Kristine.castelow@deca.mil for further information.
    CBRN Commercial Items IDIQ
    Buyer not available
    The General Services Administration (GSA) is seeking proposals for a multiple award Indefinite Delivery, Indefinite Quantity (IDIQ) contract titled "CBRN Commercial Items IDIQ," aimed at small businesses to supply essential equipment and supplies for the U.S. Army's Chemical, Biological, Radiological, and Nuclear Defense (CBRND) program. This procurement focuses on acquiring brand name commercial items, including personal protective equipment and detection devices, to enhance military capabilities in CBRN operations, with a total ceiling value of $500 million over a performance period of up to 5 years and 6 months. Proposals are due by March 24, 2025, and interested parties can contact Abbey Gallivan at abbey.gallivan@gsa.gov or Jen Sutherland at jennifer.sutherland@gsa.gov for further information.
    DoD NIPRNet and SIPRNet eDiscovery Software as a Service
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking sources for a cloud-based eDiscovery Software as a Service (SaaS) solution to operate on the DoD NIPRNet and SIPRNet. The system must meet stringent cybersecurity requirements, including DISA’s Authorization to Operate (ATO), and provide essential functionalities such as legal hold management and Freedom of Information Act (FOIA) case management. This procurement is critical for ensuring secure and efficient data management within the DoD, with a contract period starting from January 4, 2026, to January 3, 2027, and four potential one-year options thereafter. Interested parties, particularly small and socio-economically disadvantaged businesses, must submit their responses by March 12, 2025, demonstrating their capability to meet the outlined requirements, and can contact Joseph Nichols or Melyssa Lafontaine for further information.
    25--SCREEN,PLATFORM-RAC
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land and Maritime, is seeking proposals for the procurement of a platform screen, designated as '25--SCREEN, PLATFORM-RAC'. This opportunity is set aside for small businesses under the Total Small Business Set-Aside program (FAR 19.5), and it falls under the NAICS code 336992, which pertains to Military Armored Vehicle, Tank, and Tank Component Manufacturing. The goods being procured are critical components used in military vehicular equipment, emphasizing their importance in maintaining operational readiness. Interested vendors should direct any inquiries to the buyer listed in the solicitation document via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    SECURE ON-SITE DOCUMENT SHREDDING SERVICES, RECEPTACLES, AND RECYCLING
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is seeking proposals for secure on-site document shredding services, including receptacles and recycling, at its Philadelphia facility. The procurement aims to ensure the secure destruction of Controlled Unclassified Information (CUI) and Personally Identifiable Information (PII) over a contract period from May 2025 to May 2030, requiring the provision of 178 lockable receptacles and monthly shredding services. This initiative is critical for maintaining confidentiality and compliance with federal security regulations, emphasizing eco-friendly recycling processes and adherence to NIST standards. Interested small businesses must submit their proposals by April 8, 2025, and can direct inquiries to Jonathan Gallagher at jonathan.gallagher@dla.mil or 215-737-7120.
    Decisive Action (DA) Follow On
    Buyer not available
    The Defense Threat Reduction Agency (DTRA) is seeking industry capabilities for support services related to countering Weapons of Mass Destruction (WMD) through a Sources Sought Notice. The agency aims to gather insights from potential vendors, particularly small businesses, to enhance operational planning, data integration, and advisory services for campaign management and operational support for Combatant Commands and interagency partners. This procurement is anticipated to be a cost-type contract valued at approximately $338.5 million, with a twelve-month base period and four one-year options, requiring contractors to have at least a TOP SECRET clearance and secure workspace capabilities. Interested vendors must submit a five-page capability statement by March 18, 2025, to Andrew K. Williams or Shaneice Shuler via their respective emails for consideration.
    Purchase of X-Ray Vault
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified small businesses to provide an X-Ray Exposure Room, including its installation and certification, at the Heavy Maintenance Facility in Elizabeth City, NC. The procurement aims to replace an existing exposure room to meet federal radiation safety standards, requiring compliance with specific operational features, safety mechanisms, and thorough training for personnel. This project is critical for enhancing the Coast Guard's aviation maintenance capabilities while ensuring adherence to safety regulations. Interested contractors must submit their quotations by March 21, 2025, with an anticipated award date around March 31, 2025; inquiries can be directed to Jordan Ownley at samuel.j.ownley2@uscg.mil or Jackson Perry at Jackson.S.Perry@uscg.mil.
    Contract Delivery Service (CDS) HCR 82331 RAWLINS, WY - BAGGS, WY
    Buyer not available
    The United States Postal Service is seeking proposals for a transportation services contract, designated as HCR 82331, to facilitate mail delivery between Rawlins, WY, and Baggs, WY. The contract aims to ensure reliable and efficient mail transport, with a term commencing on May 1, 2025, and concluding on April 30, 2029. This procurement is critical for maintaining high service standards in postal delivery, emphasizing the importance of compliance with labor standards and operational excellence. Interested contractors must submit their proposals by March 17, 2025, and can direct inquiries to Amy Warnecke at amy.warnecke@usps.gov or Greg Pruett at greg.m.pruett@usps.gov for further information.