Document Destruction Services
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The National Labor Relations Board (NLRB) has issued a Combined Synopsis/Solicitation (RFQ #63NLRB26Q0003) for Document Destruction Services. This opportunity seeks secure paper destruction and recycling services for sensitive information (PII) at NLRB Headquarters in Washington, DC, and its numerous Field Offices nationwide, including Hawaii and Puerto Rico. This is a full and open competition. Quotes are due by April 7, 2026, at 10:00 AM ET.
Scope of Work
The requirement is for "On-Demand" document destruction services, with an option for recurring services, including media destruction. Services involve bin installation and collection at over 41 NLRB locations, as detailed in the Service Requirements List (SRL). The incumbent contractor is Stericycle, Inc., with a total award of $196,169.61.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- NAICS Code: 561990 (All Other Support Services - Document shredding services)
- Set-Aside: Full and Open Competition
- Contract Duration: Base period with options to extend services for up to 6 months and the term of the contract up to 5 years total.
- Place of Performance: NLRB Headquarters (Washington, DC) and Field Offices across the United States, Hawaii, and Puerto Rico.
Submission & Evaluation
- Quote Due Date: April 7, 2026, 10:00 AM ET.
- Submission Method: Email to Julie Yarbrough at julie.yarbrough@nlrb.gov.
- Quote Format: Submissions must include two separate volumes:
- Volume I (Technical Approach): Maximum 15 pages, detailing approach to PWS requirements, transition plan, key personnel (Project Manager must be prime), and geographic service management. Must include NAID AAA certification for the entity performing physical destruction.
- Volume II (Price): No page limit, must follow the attached "Pricing Template" and include per-office rates. Pricing for media destruction should be included in the narrative, separate from standard on-demand pricing.
- Past Performance: Offerors must submit Past Performance Questionnaires (PPQs) for up to two relevant contracts directly to the NLRB point-of-contact by the quote due date. Relevant past performance includes document management, records management, or closely related administrative support services.
- Evaluation Factors: Technical Approach (most important), Past Performance, and Price. Technical and Past Performance combined are more important than Price. Quotes must receive a "Marginal" or higher rating for the Technical factor to be considered.
- Key Requirements: Offerors must ensure their SAM.gov UEI and Cage Code are current and provide a completed FAR 52.212-3 via SAM.gov. Teaming with large businesses is permissible. Bin installation timeline is 30 days for all locations.
Contact Information
Primary Contact: Julie Yarbrough (julie.yarbrough@nlrb.gov)