Naval Air Warfare Center Aircraft Division Lakehurst Mobile Shredding Services

SOL #: N6833526Q1071Combined Synopsis/Solicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVAIR WARFARE CTR AIRCRAFT DIV
JOINT BASE MDL, NJ, 08733, United States

Place of Performance

Place of performance not available

NAICS

All Other Support Services (561990)

PSC

Paper Shredding Services (R614)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 2, 2026
2
Last Updated
Mar 5, 2026
3
Submission Deadline
Mar 17, 2026, 4:00 PM

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 Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is seeking proposals for Mobile Shredding Services at Joint Base McGuire-Dix-Lakehurst (JBMDL), NJ. This requirement is for monthly collection and shredding of designated materials, with a focus on secure and compliant destruction. The Government intends to award a Firm Fixed-Price contract with a base year and four option periods. This opportunity is a 100% Small Business Set-Aside. Offers are due by March 17, 2026, at 12:00 PM EST.

Scope of Work

The contractor will provide all labor, equipment, and materials for monthly mobile shredding services at the NAWCAD Lakehurst campus. Key requirements include:

  • Collection & Shredding: Secure collection and cross-cut shredding of designated paper materials.
  • Equipment: Provision of 40 secure, lockable collection containers (36 large, 4 small). All equipment must be new and unused.
  • Disposal: Destruction of shredded material by burning, mulching, pulping, shredding, or disintegrating. Recycling is acceptable if processed into new paper.
  • Reporting: Monthly Status Reports detailing total monthly tonnage and quarterly submission of 5 shred samples (CDRL A001).
  • Compliance: Adherence to Federal, state, and local laws, including OSHA, EPA, Federal Privacy Act of 1974, NARA, and NIST SP 800-53. AAA Certification from the National Association for Information Destruction (NAID) is required prior to contract award.
  • Personnel: Contractor personnel must obtain base access, be uniformed, carry photo ID, and maintain confidentiality. Foreign nationals are not permitted.

Contract & Timeline

  • Contract Type: Firm Fixed-Price
  • Period of Performance: One 12-month base year, plus four 12-month option periods.
  • Set-Aside: Total Small Business Set-Aside (NAICS 561990, Size Standard $16.5M).
  • Solicitation Type: Combined Synopsis/Solicitation (RFQ N68335-26-Q-1071) under FAR Part 12.
  • Pre-bid Site Visit: Recommended but not mandatory, on March 6, 2026, at 10:00 AM EST. Interested offerors must request attendance NLT 48 hours prior to Alexander Buchan and Jessica Escribano.
  • Questions Due: March 11, 2026, by 4:00 PM EDT.
  • Offers Due: March 17, 2026, by 12:00 PM EST.
  • Submission: Electronically to Alexander Buchan (alexander.g.buchan2.civ@us.navy.mil).
  • Quotes Validity: 60 calendar days after close of buy.

Evaluation Factors

Award will be made to the lowest-priced, responsible Offeror that is deemed technically acceptable with acceptable past performance. Evaluation criteria include:

  1. Price: Evaluated for fairness and reasonableness. CDRLs (e.g., Monthly Status Report) must be Not Separately Priced.
  2. Technical Description: Assessed on the offeror's ability to meet SOW requirements, including installer adherence to standards and required certifications. Rated as "Acceptable" or "Unacceptable."
  3. Past Performance: Evaluated based on recent (within 3 years) and relevant contracts, considering scope similarity and quality. Rated as "Acceptable," "Unacceptable," or "Neutral" (unknown past performance is "acceptable").

Additional Notes

Offerors must be registered and active in SAM.gov. Required representations and certifications (e.g., DFARS 252.204-7998 Alternate A) must be submitted or confirmed in SAM.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
View
Version 2
Combined Synopsis/Solicitation
Posted: Mar 4, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 2, 2026