This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov and NECO (https://www.neco.navy.mil/)
The RFQ number is N0060426Q4001. This solicitation documents and incorporates provisions and clauses in effect through FAC 2025-06 and DFARS Publication Notice 20251110. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 561990 and the Small Business Standard is 16.5 million dollars. This is a competitive, unrestricted action. The Small Business Office concurs with the set-aside decision.
The NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Office requests responses from qualified sources capable of providing on-site shredding services in accordance with Attachment 1 – Performance Work Statement for Commander, Navy Region Hawaii (CNRH).
CLIN 0001 - QTY: 12 Months – JBPHH CNRH Admin, Base Year on-site shredding services
CLIN 0002 - QTY: 12 Months - CNRH Housing Office, Base Year on-site shredding services
CLIN 0003 - QTY: 12 Months – JBPHH Unaccompanied Housing Office, Base Year on-site shredding services
CLIN 0004 - QTY: 12 Months – JBPHH CNRH (JB7), Base Year on-site shredding services
CLIN 0005 - QTY: 12 Months – Navy Closure Task Force-Red Hill, Base Year on-site shredding services
CLIN 1001 - QTY: 12 Months - JBPHH CNRH Admin, OY1 on-site shredding services
CLIN 1002 - QTY: 12 Months - CNRH Housing Office, OY1 on-site shredding services
CLIN 1003 - QTY: 12 Months - JBPHH Unaccompanied Housing Office, OY1 on-site shredding services
CLIN 1004 - QTY: 12 Months - JBPHH CNRH (JB7), OY1 on-site shredding services
CLIN 1005 - QTY: 12 Months - Navy Closure Task Force-Red Hill, OY1 on-site shredding services
CLIN 2001 - QTY: 12 Months - JBPHH CNRH Admin, OY2 on-site shredding services
CLIN 2002 - QTY: 12 Months - CNRH Housing Office, OY2on-site shredding services
CLIN 2003 - QTY: 12 Months - JBPHH Unaccompanied Housing Office, OY2on-site shredding services
CLIN 2004 - QTY: 12 Months - JBPHH CNRH (JB7), OY2 on-site shredding services
CLIN 2005 - QTY: 12 Months - Navy Closure Task Force-Red Hill, OY2 on-site shredding services
CLIN 3001 - QTY: 12 Months - JBPHH CNRH Admin, OY3 on-site shredding services
CLIN 3002 - QTY: 12 Months - CNRH Housing Office, OY3 on-site shredding services
CLIN 3003 - QTY: 12 Months - JBPHH Unaccompanied Housing Office, OY3 on-site shredding services
CLIN 3004 - QTY: 12 Months - JBPHH CNRH (JB7), OY3 on-site shredding services
CLIN 3005 - QTY: 12 Months - Navy Closure Task Force-Red Hill, OY3 on-site shredding services
CLIN 4001 - QTY: 12 Months - JBPHH CNRH Admin, OY4 on-site shredding services
CLIN 4002 - QTY: 12 Months - CNRH Housing Office, OY4 on-site shredding services
CLIN 4003 - QTY: 12 Months - JBPHH Unaccompanied Housing Office, OY4 on-site shredding services
CLIN 4004 - QTY: 12 Months - JBPHH CNRH (JB7), OY4 on-site shredding services, OY4 on-site shredding
services
CLIN 4005 - QTY: 12 Months - Navy Closure Task Force-Red Hill, OY4 on-site shredding services
The Period of Performance:
Base Year 17 December 2025 – 16 December 2026
Option Year 1 17 December 2026 – 16 December 2027
Option Year 2 17 December 2027 – 16 December 2028
Option Year 3 17 December 2028 – 16 December 2029
Option Year 4 17 December 2029 – 16 December 2030
Responsibility and Inspection: unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control.
Attachment 1 - Performance Work Statement
Attachment 2 - Wage Determination 2015-5689 (Rev-26) dated 7-8-2025
Attachment 3 - FAR 52.212-3 CD & 52.204-24
Attachment 4 – Applicable Clauses and Provisions
Questions regarding the solicitation: Questions shall be submitted electronically to elisha.c.wallace-enos.civ@us.navy.mil. Oral queries will not be accepted. Emails sent to this address shall clearly reference the RFQ N0060426Q4001 in the subject line. Other methods of submitting questions will not be acknowledged or addressed. Questions may be submitted at any day and time, but not later than 12:00 PM
HST (Hawaii Standard Time) on 16 Dec 2025. Questions submitted after this date and time may not be accepted. Since the submittal of questions may result in amendments to the RFQ, it is imperative that questions be submitted as soon as possible.
A complete quote in response to this Combined Synopsis/Solicitation must include a completed Attachment 3 –
FAR 52.212-3 CD Alt 1 Offeror Representations and Certifications-Commercial Products & 52.204-24 Representation Regarding Certain Telecommunications & Video Surveillance Services or Equipment (ONLY if Reps & Certs are not current in SAM).
This announcement will close at 10:00 AM HST (Hawaii Standard Time) on 17 Dec 2025. Contact Elisha Wallace-Enos who can be reached via email at: elisha.c.wallace-enos.civ@us.navy.mil Quotes shall be submitted electronically via email to Elisha Wallace-Enos, email elisha.c.wallace-enos.civ@us.navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency.
Evaluation Criteria: Evaluation will be based on Best Value (Price, Technical Acceptability and Contractor Responsibility). Preference to HUBZone applies.
Price: Quoters shall submit a price for each item listed in this Notice. In determining whether a price is fair and reasonable, the government may use historical data, independent Government estimates in its price analysis, or any other technique permissible by FAR 13.106-3 and FAR 15.404-1(b).
Technical: The Quoters’ technical acceptability will be evaluated against the requirements in the Performance Work Statement. The submission of a quote shall mean that the Quoter does not take any exceptions to the Performance Work Statement requirements.
Responsibility Determination: To be eligible for award of a purchase order hereunder, the Quoter must be determined by the Contracting Officer to be a responsible prospective Quoter in accordance with FAR 9.1.
The Government may utilize a combination of various Government database repositories used to determine that a contractor is responsible. Such sources include but are not limited to the following: SAM, Past Performance Information Retrieval System (PPIRS), Contractor Performance Assessment Reporting System (CPARS), Supplier Performance Risk System (SPRS) and/or the Federal Awardee Performance and Integrity Information System (FAPIIS).
Issuance of a purchase order. The Government intends to evaluate quotations and issue a purchase order based upon initial quotations received. Therefore, the Quoters initial quotation should contain the Quoters best terms from a price and technical standpoint. However, the Government reserves the right to request revised quotations from, or negotiate final purchase order terms with Quoters if it is later determined by the Contracting Officer to be necessary. However, the Contracting Officer will not establish a competitive range, conduct discussions, or otherwise utilize the formal source selection procedures described at FAR Part 15. The Government may reject any or all quotations if such action is in the public interest; issue a purchase order to other than the Quoter with the lowest price; and waive informalities and minor irregularities in quotations received. It is the Quoters responsibility to ensure that there are no discrepancies presented within the information contained in its quote. Potential quoters are hereby notified that in the event there are discrepancies within information in a quote received by the Government, or in comparison to Government information provided in the solicitation, the Government reserves the right to apply its judgment to resolve such discrepancies during the evaluation of the quotes without conducting discussions.
SAM: Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/.
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quoters are advised that delays can be experienced with the Governments email system. Additionally, the email system capacity for each email is 10 MB. Emails greater than 10 MB will not be delivered and consequently will not be considered. Therefore, quotations exceeding the size limit must be sent via multiple emails. Zip Files are not accepted. Quotes will not be accepted by facsimile. Oral quotes will not be accepted. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation *******