GA ARNG On-Site Shredding Service
ID: W912JM25QA009Type: Solicitation
AwardedMay 20, 2025
$77.4K$77,449
AwardeeSHREDAMERICA LLC Fort Mill SC 29715 USA
Award #:W912JM25PA012
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
    Similar Opportunities
    Justification for Exception to Fair Opportunity - Nationwide Shred
    Dept Of Defense
    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--Shredding service Providence VAMC Providence RI
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking a contractor to provide shredding and document destruction services for the Providence VA Medical Center and its associated Community Based Outpatient Clinics (CBOCs) in Rhode Island. The procurement involves a firm fixed-price contract for non-personnel services, covering a base year from March 1, 2026, to February 28, 2027, with four optional one-year extensions, emphasizing compliance with VA Directive 6371, HIPAA, and Privacy Act regulations. This initiative is crucial for ensuring the secure handling and destruction of sensitive information, including personally identifiable information (PII) and protected health information (PHI), thereby reinforcing the VA's commitment to data security. Interested contractors should contact Jeffrey S. Fleming at jeffrey.fleming@va.gov for further details, with an estimated total contract value of $16.5 million over the potential duration of the contract.
    On-Site Shredding Services for Commander, Navy Region Hawaii (CNRH)
    Dept Of Defense
    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.
    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.
    Master Breacher Range Support
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the Master Breacher Range Support contract at Fort Benning, Georgia. This procurement aims to provide materials and labor for the Regimental Master Breacher Course (RMBC), which includes responsibilities such as constructing and cleaning targets, procuring materials, and ensuring compliance with safety and environmental regulations. The contract is significant for enhancing demolition training for the 75th Ranger Regiment and is set aside for small businesses, with a total award amount of $45 million. Proposals are due by December 18, 2025, at 10:00 AM EST, and interested parties should direct inquiries to SSG Dwayne Phelps or Rafael Alamedapabon via the provided email addresses.
    Commercial Wood Chipper
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the procurement of a Commercial Wood Chipper through a solicitation process managed by the W07V ENDIST ST PAUL office. The primary objective of this procurement is to acquire a wood chipper that meets the specifications outlined in the attached solicitation document, which is essential for various construction and maintenance tasks within military operations. This equipment plays a crucial role in managing vegetation and debris, thereby supporting operational efficiency and environmental management. Interested vendors can reach out to Karl Just at karl.p.just@usace.army.mil or by phone at 651-290-5768, or contact Kevin Henricks at kevin.p.henricks@usace.army.mil for further inquiries regarding the solicitation details.
    Harrisburg Site Cleanup
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA) Disposition Services, is soliciting bids for the cleanup of the Harrisburg site in Pennsylvania, focusing on debris removal and mutilation services. The contractor will be responsible for the systematic removal, shredding, and disposal of scrap metal and other debris, with the goal of restoring the site to its original condition within three months of contract award. This project is critical for ensuring compliance with environmental regulations and proper disposal of materials, with all work to be conducted within a 50-mile radius of the DLA Susquehanna site. Interested small businesses must submit their quotes by 1:00 p.m. EST on the specified deadline, and can contact Matthew Wonch at matthew.wonch@dla.mil or Esteban Gancer at Esteban.M.Gancer@dla.mil for further information.
    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.
    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.
    Ft. Stewart Base Operation Support Services - Consolidation
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking qualified small businesses to provide consolidated Base Operations Support Services (BASOPS) at Fort Stewart, Georgia. This procurement aims to merge four existing contracts—covering BASOPS, scales inspection and maintenance, grease trap servicing, and elevator maintenance and repair services—into a single contract valued at approximately $286,566,010.20. This consolidation is part of the Army's initiative to enhance efficiency and standardize services while ensuring maximum participation from small businesses, particularly those eligible under the 8(a) and Small Business (SB) programs. Interested parties can reach out to Jonathon Hecker at jonathon.r.hecker.civ@army.mil or Sam Colton at samuel.j.colton.civ@army.mil for further information.