Opportunity
SAM #N6572626Q0005
Recurring On-Site Shredding Services for NSLC Mechanicsburg, PA
Buyer
Naval Undersea Warfare Center (NUWC) Mechanical Division
Posted
May 14, 2026
Respond By
May 21, 2026
Identifier
N6572626Q0005
NAICS
561990
The Naval Sea Logistics Center (NSLC) Mechanicsburg, part of the Department of the Navy, is seeking a contractor for recurring on-site shredding services for unclassified paper documents at its federal facility in Mechanicsburg, Pennsylvania. - Government Buyer: - Department of the Navy, Naval Sea Logistics Center (NAVSEALOGCEN), Mechanicsburg, PA - Key contacts: Benjamin DeLeo, Cody Hutchinson - OEMs and Vendors: - No specific OEMs or vendors are named; requirement is open to small business concerns under NAICS 561990 - Products/Services Requested: - On-site shredding services for unclassified paper documents - Furnishing five (5) 95-gallon locking shredding bins - Recurring emptying of bins every four weeks (13 pickups annually) - Three (3) additional bulk pickups annually as needed - Shredding must be witnessed by a Government employee - Certificates of destruction required for each service - Unique/Notable Requirements: - On-site shredding only; no off-site removal permitted - Safety and regulatory compliance required - FOB Destination pricing to NSLC Mechanicsburg - Contractor must be registered in SAM - Option years extend contract through May 2031 - Place of Performance: - Naval Sea Logistics Center, 5450 Carlisle Pike, Bldg. 307 and Bldg. 209, Mechanicsburg, PA 17050-2411
Description
Naval Sea Logistics Center (NSLC) Mechanicsburg is soliciting for the procurement of: On-site shredding services for NSLC Mechanicsburg. A firm fixed priced contract will be awarded. This requirement is being issued as a combined synopsis/solicitation for commercial items in accordance with FAR 12.202, as supplemented with additional information included in the attached solicitation. This announcement constitutes the only solicitation. The Defense Priorities and Allocations System (DPAS) applicable assigned rating for this requirement is DO-C9. The solicitation number issued as a request for quotation (RFQ) is N6572626Q0005 and is attached to this announcement. Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the attached solicitation. This acquisition is set-aside for small business concerns. The applicable NAICS code for this requirement is 561990 and has a size standard of $16.5 million. The government prefers FOB Destination pricing to NSLC Mechanicsburg, PA.
Requirements and evaluation procedures are listed in the attached solicitation, which is required to be completely filled out and returned before the solicitation closes. All questions regarding this solicitation should be submitted in writing as soon as practicable after receipt of solicitation. Questions and Offers should be submitted via e-mail to: benjamin.d.deleo.civ@us.navy.mil. No paper copies will be accepted. Only digital copies sent via email will be accepted. Failure to complete all representations and certifications found within the solicitation and respond to this RFQ with associated amendments if applicable prior to the closing date and time established may render an offer non-responsive and result in rejection.
Company quote forms may be provided but not substituted for a completed solicitation / amendment pages. The government terms and conditions (T&C’s) listed in this solicitation are required by law through the Federal Acquisition Regulations (FAR) and the Department of Defense FAR Supplement (DFARS). It is preferred that company T&C’s not be included with your quote submittal as many company T&C’s are inconsistent with federal law and unenforceable.
Provisions and clauses in effect through the latest Federal Acquisition Circulars are included in the solicitation. To access the clauses/provisions to be completed, download the Federal Acquisition Regulations at http://acquisition.gov/far/. Download the Defense Federal Acquisition Regulations (DFARS) at http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html.
The offeror must have a current registration and completed representations and certifications in the System for Award Management (SAM) at https://sam.gov/ a Federal government owned website.