Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (PHNSY & IMF) is a US Navy regional industrial center that maintains, overhauls and repairs various vessels of the US Navy. Its industrial operations provide the US naval forces with a wide range of services and resources located on the island of Oahu, Hawaii, with direct and indirect support to submarines, surface vessels and shore-based activities in the Pacific.
PHNSY & IMF seeks a contractor to provide shred services in accordance with NSA guidelines that complete a large amount of document shredding in a onetime visit scenario to support the cleaning. The schedule of the mass document shredding shall be determined by the Government representative and coordinated with the contractor. The desired result of these services is to Complete the shredding of 500 filled burn bags at roughly 20 pounds each or a total amount of documents at a weight of 10,000 pounds within the specifications of the NSA guidelines. Additional details and specifications can be found in the attached Performance Work Statement (PWS).
The tentative period of performance for this service is 08/18/2025 to 09/17/2025. If you are unable to meet the period of performance date, please submit soonest availability with submission of quotation.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 561990 – All Other Support Services; size standard for this NAICS is $16,500,000. The Product Service Code is R614 – Support – Administrative: Paper Shredding.
Please note the following:
- The solicitation number for this requirement is N32253-25-Q-1021.
- Quotes are due no later than Wednesday, 07/30/2025 at 7:00AM HST.
- Quotes must be sent via email to both the primary and secondary points of contact.
- All firms or individuals responding must be registered with the System for Award Management (SAM) (https://www.sam.gov) by the award date. The solicitation document and incorporated provisions and clauses will be those in effect through Federal Acquisition Circular (FAC) 2025-03, DFARS 01/17/2025, NMCARS 18-22.
- In order to evaluate Technical Capability, the Offeror is required to submit a detailed written technical proposal (not to exceed 3 pages) that clearly demonstrate thorough knowledge and understanding of, and approach to, accomplishing each paragraph listed in the PWS and solicitation requirements. Non-conformance will deem an Offeror ineligible.
- All quotation submissions need to include completion of FAR 52.204-24, 52.204-26, 52.212-3.
- As part of the price quote package, the Offeror shall submit the completed SF 1449 with blocks 17a and 30a-30c (SF 1449 page 1) and CLIN information (0001 – SF 1449 pages 3) completed…submission of a signed offer to the Government constitutes agreement and acceptance of the solicited terms and conditions.
- The Government may revise the solicitation at any time by means of an Amendment. It is an offeror’s responsibility to ensure it is accessing the Government Point of Entry (GPE) website, https://sam.gov/, to view potential amendments and procurement notifications for this solicitation.
- Labor, travel and materials shall be included. Travel, airfare, lodging, rental car, and per diem shall be in accordance with current Department of Defense, Joint Travel Regulations (JTR) and Federal Acquisition Regulations (FAR) 31.205-46. Travel receipts shall be, provided upon request.
- Contract award will be in accordance to 52.212-2 as stated in the solicitation. All questions regarding solicitation N32253-25-Q-1021 shall be submitted in writing via email to the listed POCs. Questions are due 07/28/2025 08:00AM HST.