GA ARNG On-Site Shredding Service
ID: W912JM25QA009Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW7M3 USPFO ACTIVITY GA ARNGMARIETTA, GA, 30069-0001, 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, specifically the Georgia Army National Guard, is soliciting proposals for on-site shredding services to securely manage sensitive information. The contractor will be responsible for providing all necessary personnel, equipment, and materials to perform shredding in compliance with AR 380-5 regulations, ensuring quality control and cost efficiency. This service is crucial for maintaining the confidentiality of Department of Defense information and will be conducted during core hours on weekdays, with a contract term of one base year plus four options, totaling an award amount of $16,500,000. Interested contractors, particularly Women-Owned Small Businesses, should contact Ben Russell at benjamin.a.russell8.mil@army.mil or Jim Shuman at james.e.shuman.civ@army.mil for further details, with proposals due by the extended deadline outlined in the solicitation amendments.

    Files
    Title
    Posted
    The Performance Work Statement (PWS) outlines the requirements for on-site shredding services to be provided by a contractor for the Georgia Army National Guard. The contractor is responsible for supplying all necessary personnel, equipment, and materials to execute secure shredding of sensitive Department of Defense information on-site, in compliance with AR 380-5 regulations, to ensure cost efficiency and quality control. Services will be conducted during core hours from 0900-1500 on weekdays, excluding federal holidays, with a contract term comprising one base year plus four options. The contractor must adhere to strict quality control protocols and develop a Quality Control Plan (QCP) to assure compliance with contract standards, while the government's Quality Assurance Surveillance Plan (QASP) will oversee contractor performance. Security requirements dictate that all personnel undergo background checks and training related to anti-terrorism and operations security. The contractor must deliver a minimum of 44 secure consoles for document preparation and perform shredding every four weeks at designated locations, ensuring all shredded materials are disposed of properly with certificates of destruction issued after each service. This initiative emphasizes effective management of sensitive information and adherence to established operational standards.
    The document outlines a solicitation for services from Women-Owned Small Businesses (WOSB) for On-Site Shredding Services for the Georgia Army National Guard. Key details include the requisition number, contract number, effective dates, and contact information. The solicitation emphasizes the need for contractors to provide all necessary personnel, equipment, and support for shredding services, which includes a total award amount of USD 16,500,000. The solicitation specifies a firm fixed pricing model for multiple years with options for additional terms. It incorporates various Federal Acquisition Regulation (FAR) clauses that contractors must adhere to, covering aspects such as payment processes, inspection standards, and service requirements. The document also outlines the evaluation criteria based on technical capability, past performance, and price for bid assessment. The process aims to ensure that the most qualified contractor is selected based on a comprehensive evaluation of how well they understand and can meet requirements while maintaining compliance with federal statutes. The solicitation supports the government’s goals for small business engagement, particularly with economically disadvantaged and women-owned firms.
    The document is an amendment to a federal solicitation, specifically addressing procedural updates regarding the submission of offers for a project under solicitation number W912JM-25-Q-A009. The amendment clarifies that the deadline for receipt of offers has been extended and outlines the methods through which offerors must acknowledge receipt of the amendment. It includes provisions for modifying previously submitted offers and mandates that any changes must be communicated in writing before the designated deadline. Furthermore, the amendment includes a section titled "Questions and Answers," which addresses queries from potential contractors about the project, affirming that it is a new service requirement without an incumbent contractor. Details regarding the project's size and scope are specified within the Performance Work Statement (PWS). Offerors are instructed to provide pricing on the SF 1449 form exclusively, and no past performance information is required. This document ensures transparency in the solicitation process and clarifies requirements for potential bidders, reinforcing the importance of adhering to contractual obligations in government procurements.
    The document outlines an amendment to a solicitation, officially extending the deadline for submitting offers to increase competition among contractors. It describes a process for contractors to acknowledge receipt of the amendment, which is essential for their offers to be considered valid. The document provides methods for acknowledgment, including returning copies of the amendment or confirming receipt in accompanying offer submissions. Additionally, it details the procedures for modifying contracts or orders in accordance with various authorities, ensuring that administrative changes are documented appropriately. The key focus is on maintaining the integrity of the solicitation process while facilitating increased participation from contractors. The amendment serves to clarify the solicitation's terms and extend the closing date without altering other existing conditions. Overall, this amendment reflects the government's efforts to foster a competitive environment in federal contracting.
    This document is a Wage Determination issued by the U.S. Department of Labor under the Service Contract Act, detailing the minimum wage requirements for contractors providing services in Georgia. It specifies the applicable wage rates according to Executive Orders 14026 and 13658, with rates set at $17.75 per hour for contracts initiated after January 30, 2022, and $13.30 for contracts awarded between January 1, 2015, and January 29, 2022. The determination includes a comprehensive list of occupations, their corresponding wage rates, and fringe benefits, defining pay for various job classifications. Additionally, it highlights annual adjustments to minimum wage rates, requirements for paid sick leave, and the necessity for contractors to provide uniforms or reimburse costs where applicable. The document emphasizes compliance with labor standards, outlining the processes for any unlisted occupations requiring a conforming wage determination. This wage determination is critical for ensuring fair labor practices and upholding employee protections within federal contracts. It serves as a vital reference for contractors engaged in government contracts, ensuring adherence to labor regulations and minimum wage requirements.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    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.
    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.
    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.
    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.
    W911SA26QA046 Refuse and Recycling Services for MI043 (MS)
    Buyer not available
    The Department of Defense, specifically the Army, is seeking qualified contractors to provide refuse and recycling services for multiple Army Reserve locations in Michigan under the solicitation W911SA26QA046. The contract entails non-personal services as outlined in the Performance Work Statement (PWS), covering various sites including Ann Arbor, Bay City, Fraser, Inkster, Jackson, Livonia, Southfield, and Saginaw. This procurement is crucial for maintaining cleanliness and environmental standards at military facilities, ensuring efficient waste management practices. Interested parties, particularly those certified as Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), should contact Nathan Coleman at nathan.a.coleman2.mil@army.mil or call 520-671-7615 for further details, with the contract period commencing on January 1, 2026, and extending through four optional periods.
    Refuse Services for MO081 (MS)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking a contractor to provide refuse services for MO081 (MS) at Fort McCoy. The contractor will be responsible for delivering all necessary personnel, labor, equipment, supplies, and supervision to perform refuse collection services as outlined in the Performance Work Statement (PWS), excluding government-furnished items. This service is crucial for maintaining cleanliness and operational efficiency at the facility, with the contract set for a base period starting January 1, 2026, and includes four optional 12-month periods, plus a potential six-month extension. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), should contact Breanna Huff at breanna.d.huff.civ@army.mil or Melissa Guthmiller at melissa.r.guthmiller.civ@army.mil for further details.
    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.
    Furniture Removal and Disposal Services for the Romano Mazzoli Federal Building At USACE Louisville District Offices
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) Louisville District, is seeking proposals from qualified contractors to provide furniture removal and disposal services for the Romano Mazzoli Federal Building in Louisville, Kentucky. The contractor will be responsible for dismantling and removing designated office furniture, ensuring that all work areas are left clean and that items are disposed of or donated responsibly, without any profit from the removed items. This procurement is significant as it involves the proper management of waste and adherence to environmental standards, with a total contract value of up to $34 million, set aside for small businesses. Interested parties must submit their proposals by December 10, 2025, at 11:00 AM Eastern Time, and can contact Joel Huberman at joel.huberman@usace.army.mil for further information.
    R614--RFQ Amendment 0001 - New Tulsa Document Destruction Services POP: 01/01/2026- 09/30/2026 (VA-26-00002126)
    Buyer not available
    The Department of Veterans Affairs is soliciting quotes for new document destruction services at the James Mountain Inhofe VA Medical Center in Tulsa, Oklahoma, with a contract period from January 1, 2026, to September 30, 2026. The procurement aims to establish secure on-site and offsite shredding services for confidential documents, including weekly pickups and the installation of document consoles, while ensuring compliance with VA Directive 6371, the Privacy Act, and HIPAA regulations. This contract is particularly significant as it addresses the need for secure document handling and destruction, emphasizing the importance of confidentiality in the management of sensitive information. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) must submit their quotes by December 8, 2025, and can contact Contract Specialist Shanta Harrison at Shanta.Harrison@va.gov or (303) 712-5719 for further details.
    HVF Precious Metals
    Buyer not available
    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.